Similar Projects
Replace Entrance Doors
Renovation
Sub-Bidding
$100,000 CJ est. value
Buffalo, NY 14203

Overhead Doors
Alteration
Post-Bid
Cheektowaga, NY 14225

Harlem Road Community Center Overhead Door Replacement
Term Contract
Post-Bid
Buffalo, NY 14226

Sweet Home CSD Capital Outlay Project 2019
Alteration
Results
Less than $100,000 est. value
Buffalo, NY 14228

Amherst CSD Capital Outlay Project 2021/2022
Infrastructure, Alteration
Results
$80,000 est. value
Buffalo, NY 14226

Capital Outlay Project 2021/2022
Alteration
Post-Bid
Derby, NY 14047

Capital Outlay Project 2019 Door Replacement
Alteration
Results
$30,000 est. value
Buffalo, NY 14228

Replacement Door Monitoring and Control Units (DMCUs) for R142 Subway Cars
Term Contract
Post-Bid
$10,000,000 est. value

Door Replacement
Alteration
Results
$40,000 est. value
Buffalo, NY

Door Replacement
Alteration
Post-Bid
Buffalo, NY 14202

Depew Union Free School District Capital Outlay Project 2022/2023
Renovation
Results
$58,000 CJ est. value
Depew, NY 14043

Installation / Replacement Of Decoration / Privacy Film For Store Fronts At Twenty-Two (22) LNA Service Stations
Term Contract
Post-Bid

Windows and Exterior Door Replacement
Renovation
Results
$227,500 CJ est. value
Buffalo, NY 14213

Installation / Replacement Of Decoration / Privacy Film For Store Fronts At Twenty-Two (22) LNA Service Stations
Alteration
Post-Bid

Lancaster Central School District (CSD) Renovations 2018 408 - Aluminum and Windows
Renovation
Results
$919,818 CJ est. value
Lancaster, NY 14086

Last Updated 05/16/2023 10:37 AM
Project Title

RFQ Contractor- Overhead Doors Replacement Logistics Loading Dock (VA-23-00068585)

Physical Address View project details and contacts
City, State (County) Buffalo, NY 14215   (Erie County)
Category(s) Single Trades
Sub-Category(s) Windows/Doors
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected May 2024
Bids Due View project details and contacts
Estimated Value $150,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Description Overhead Doors replacement Buffalo VAMC This is Sources Sought announcement only this is not a Request for Quote. The purpose of this notice is to conduct market research and obtain information from qualified vendors with special interest. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All responses must be received by Friday May 19th, 2023 by 4:00PM (EST) to the point of contact listed below. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The U.S. Department of Veterans Affairs, Network Contracting Office 2, (VISN2) anticipates a purchase order for the following: Overhead Doors replacement Buffalo Logistics loading docks and must match prior #2 door install. The appropriate NAICS Code is 332321 Metal window and door manufacturing. Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. A formal RFQ may be issued upon receipt of information pertaining to this Sources Sought Notice. If you are capable of providing the required item, please send your responses via email NLT Friday May 19th by 4:00PM (EST)), to Lorraine Hussain, Contract Specialist, at Lorraine.Hussain@va.gov. Responses to this notice shall include the following: (a) company name, (b) address, (c) socio-economic status, (d) point of contact, (e) phone, fax, and email, (f) DUNS number, (g) Cage Code, (h) Tax ID Number, and must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor and provide the commodities described below. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. Requests for information and resultant responses shall be submitted directly to the Contract Specialist, Lorraine Hussain at Lorraine.Hussain@va.gov. NO TELEPHONE CALLS WILL BE ACCEPTED. GENERAL This requirement is for the removal and replacement of two (2) overhead doors for the Western New York Veterans Health Administration. They are located in the basement of Building One (1), C-Wing, Logistics Loading Dock at 3495 Bailey Avenue, Buffalo, NY 14215. The period of performance shall be from 07/01/2023 to 06/31/2024. SCOPE The Contractor shall provide all parts, materials, labor, supervision, test equipment, technical manuals, transportation, and warranty necessary to remove and replace two (2) loading dock overhead doors. SPECIFIC TASKS Vendor shall field measure existing doors to ensure new doors fit properly. Remove and haul away existing overhead doors, opener, and associated hardware on loading dock bays (numbers one (1) & three (3)). Install a new Wayne Dalton MDL823C Thermotite (to match the existing #2 door), Right hand, 22 gauge insulated rolling steel door as per manufacturers specifications. Installation shall include exterior face of brick jamb mount guides, hood, end covers, weather seals, and through wall interior mount Wayne Dalton H-50-3LS A 1/2 horsepower 208 volt- three phase door opener with emergency manual chain hoist, three button control station, and 2-wire bottom electric safety edge. Three button control station shall be installed where existing three (3) button control station is located. Existing idler pulley shall be reused. All wiring shall be performed by the Buffalo VAMC Electrical Department. Contractor shall perform a full function test once everything is installed and electrically connected prior to turning it over to the facility. WARRANTY All labor and materials covered under this contract shall have a one (1) year warranty. Vendor shall respond within four (4) hours to warranty inquires and shall be on-site within twenty-four (24) hours to address any warranty claims. SCHEDULE All work shall be performed during normal business hours 7:00 P.M. 3:30 P.M. Monday Friday unless express permission is given by the COR. All work shall take place during the schedule approved by the COR, excluding Federal Holidays (New Year s Day, Birthday of Martin Luther King, Jr., Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day). VENDOR REQUIREMENTS Shall assign a competent person to manage all aspects of work and given appropriate authority and be defines as the Project Manager. Shall have 5 years experience maintaining and repairing commercial overhead doors at the scale required by the VAMC. SECURITY REQUIREMENTS All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. General Contractor s employees shall not enter the project site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. No photography of VA premises is allowed without written permission of the Contracting Officer. VA reserves the right to close or shut down the project site and order General Contractor s employees off the premises in the event of a national emergency. The General Contractor may return to the site only with the written approval of the Contracting Officer. At any time, the VA reserves the right to directly supervise the operations of the vendor. SAFETY All contractor employees working on-site shall complete an Occupational Safety & Health Administration (OSHA) approved construction safety training course. The required level of training is as follows: 10-hour training for on-site workers and/or 30-hour training for on-site supervisors. OSHA certificates shall be submitted to the COR prior to commencement of work on-site. The Contractor shall provide and use all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1926. No tools or equipment shall be left unattended. All work areas shall be clean and left in original condition at the close of each workday. Aerial lift shall comply with OSHA Standard 1926.453 and have a pre-operational checklist to be completed prior to operation each day. Prior to start of work, a job safety analysis that addresses the potential/actual hazards of the work, and how those hazards are to be controlled to ensure the safety of VA staff and patients. A job safety analysis sheet shall be submitted with bid proposal and be approved by the COR. TRAINING The Contractor and all their employees shall be provided training from the Engineering Department and the Safety Office. Safety training shall be conducted the first day on the job. RECORDS MANAGEMENT Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format (paper, electronic, etc.) or mode of transmission (email, fax, etc.) or state of completion (draft, final, etc.). No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

Details

Division 08 - Openings, Doors and Frames, Windows.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents