Similar Projects
Alcester WWTF Improvements
Renovation, Infrastructure
Bidding
$4,917,634 CJ est. value
Alcester, SD 57001

WRF Aeration Basin Clariflocculator Project
Renovation
Bidding
$4,000,000 CJ est. value
Rapid City, SD 57701

Wastewater Treatment Improvements
Renovation
Post-Bid
Fort Pierre, SD

Dayton WWTP Improvements
Renovation
Post-Bid

WWTF Improvements - Phase 1 Golf Course Force Main and WWTF Repairs
Results
$910,000 est. value
Custer, SD

Aberdeen WRF Biosolids Dewatering
Renovation
Results
Aberdeen, SD

RFP Construction Manager at Risk - New Water Resource Recovery Facility
New Construction, Infrastructure
Bidding
$4,262,000 CJ est. value
Hartford, SD 57033

WRF Aeration Basin Clariflocculator and Siphon Piping
Renovation
Post-Bid
Rapid City, SD

2021 Hot Springs Wastewater Treatment Facility Digester Cover Replacement
Results
Hot Springs, SD

Water Treatment Plant
New Construction, Infrastructure
Post-Bid
$300,000 CJ est. value
Springfield, SD 57062

Wastewater Treatment Facility Primary Clarifier No - 2
Renovation
Results
$2,300,000 est. value
Watertown, SD

Intake Improvements Lower Brule Rural Water System
Renovation, Infrastructure
Post-Bid
$1,129,730 CJ est. value
Lower Brule, SD 57548

WWTF Improvements - Phase 1B Building Modifications
Renovation
Results
$770,000 est. value
Custer, SD

Wastewater Treatment Plant Headworks Improvements
Renovation
Results
$1,500,000 est. value
Mobridge, SD

Wastewater Treatment Facility Headworks Improvements
New Construction
Results
Mitchell, SD 57301

Last Updated 09/21/2022 04:34 AM
Project Title

Improve Water Treatment Plant Phase 2 (FM)

Physical Address View project details and contacts
City, State (County) Fort Meade, SD 57741   (Meade County)
Category(s) Sewer and Water
Sub-Category(s) Sewage Treatment Plant
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $1,276,406 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Sep 19, 2022 Contract Award Number: 36C26322C0115 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: RZDNMLWD95E5 Contractor Awarded Name: GCH CONSTRUCTION COMPANY Contractor Awarded Address: WINDSOR, 80550-8017 Base and All Options Value (Total Contract Value): $1276406.00000000 PN: 568-19-101, Improve Water Treatment Plant - Phase 2 (FM) VA Contracting POC: Michael W. Freeman Email: Michael.Freeman3@VA.Gov "The contractor shall provide all transportation, tools, materials, components, permits, licenses, labor, and supervision to complete the project in accordance with the attached scope of work, drawings, and specifications." Magnitude of Construction: Between $500,000.00 and $1,000,000.00. NAICS: 236220 Size Standard: $39.5 Million NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET ASIDE: This solicitation is issued in accordance with Public Law 109-461, the Veterans Benefits, Healthcare Information and Technology Act of 2006, Sections 502 and 503, as a set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors. Pursuant to 38 USC 8127(d), competition is restricted to SDVOSB construction firms, as there is a reasonable expectation that two or more offers from SDVOSB contractors will be received under this solicitation. All prospective offerors must be verified in the VetBiz.gov database as an SDVOSB to be considered for award. The offeror MUST be registered in the System for Award Management (SAM)www.sam.gov at time of proposal submission and The magnitude of construction for this project is estimated to be between $500,000 and $1,000,000. Please submit all RFI's/questions via e-mail to Michael.Freeman3@va.gov prior to 2:00 PM (CT) on Friday, 4 August 2022 Answers will be provided via a solicitation amendment that will be posted. The Government reserves the right not to answer any RFIs/questions submitted after the due date/time. GENERAL DESCRIPTION: The services to be rendered hereunder shall consist of Correct Electrical Deficiencies (HS), VA Black Hills Health Care Center, Fort Meade, South Dakota to be performed as specified in the Statement of Work (SOW) and all project attachments. 2. All documentation submittal due times are local time (Omaha, Nebraska). 3. CONTRACT TYPE AND PERIOD OF PERFORMANCE: Upon award, contract is intended to be a Firm Fixed type for a period of performance period of 150 days after issuance of the Notice to Proceed. The contractor shall complete the work required under this SOW in above referenced calendar days or less from date of the Notice to Proceed, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor's bid, the contractor's proposed completion date shall prevail. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. 4. WAGE DETERMINATION: Contractor must comply with the most current, at time of bid due date, General Wage Determination SD20200027, Meade County, South Dakota, dated 05/20/2022. Current rate, at time of Solicitation advertisement, is included. 5. COMPENSATION FOR SERVICES RENDERED: The Contractor will be paid at the prices in the Pricing Schedule. 6. COMMENCEMENT OF SERVICES: Commencement of services under this contract is within 10 calendar days after issuance of the Notice to Proceed (NTP). 7. PLACE OF PERFORMANCE: Services shall be performed at the VA Medical Center, Fort Meade, South Dakota. 8. INSPECTION AND ACCEPTANCE: The COR will inspect all completed services. Final acceptance will be performed by the COR by verification of the services performed and certification of contractor's invoices. 9. INVOICING PROCEDURES: Offeror may submit progress payment requests monthly against the FFP LINs. See VAAR Clause 852.232-72, Electronic Submission of Payment Requests for invoicing procedures. 10. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION/CONTRACTOR RESPONSIBILITY All Contractors are required to be registered in SAM Website: www.sam.gov. The firm's SAM Registration must be active at the time of bid submission and maintained current throughout the performance of the contract. 11. ONLINE REPRESENTATIONS AND CERTIFICATIONS: Please note the requirements of FAR provision 52.204-8. Prospective Contractors shall complete electronic annual representations and certifications at www.sam.gov in conjunction with required registration in the SAM database. Representations & Certifications must be completed and/or updated by the date and time offers are due. 12. MODIFICATIONS: Contracting Officers of the Issuing Office of the contract, only, may issue Modifications to this contract. Distribution will be made via email. No hard copies will be distributed. 13. CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS): Upon completion of contract performance and annually (if performance is longer than 365 days), the Contracting officer will evaluate contractor performance for use in future contract award decisions. The Contractor shall be provided an opportunity to comment on the contracting officer's evaluation. If you wish to familiarize yourself with this system, you can find it at www.cpars.gov. The government retains the evaluations, contractor responses, and review comments, if any, as part of the contract file. The evaluations are available for Federal Agencies for support of future award decisions through the Past Performance Information Retrieval System (PPIRS). The contractor must provide the Contracting Officer with the name and email address of the contractor's CPARS POC. This is the person responsible for responding to these CPARS evaluations. This person will be granted access to CPARS after contract award and assigned the system role of Contractor Representative (CR). *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

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Emergency Aid Specialties, Fire Protection Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.

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