The RFP Database
New business relationships start here

Building 13 Warehouse Loading Dock Replacement


Pennsylvania, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Coatesville Veterans Affairs Medical Center (CVAMC)
Building 13 Warehouse Loading Dock Replacement

ACQUISITION INFORMATION:

THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES. Service Disabled Veteran-Owned Businesses (SDVOSB) must be verified by The Center for Veterans Enterprise, ( CVE ).
The Coatesville Veterans Affairs Medical Center (CVAMC), 1400 Blackhorse Hill Road, Coatesville, PA intends to issue a solicitation for construction of new warehouse loading dock hydraulic truck platform.

General Scope of Work:

Remove and dispose of the existing scissor lift and control box.
Demolish and remove existing concrete wall as needed for installation of new dock leveler.
Demolish and remove existing asphalt and concrete pad as needed.
Form up and pour 4000 psi concrete around new pit area.
Provide and install new conduit and electric wiring for new dock leveler.
Backfill as needed and pour new concrete to existing dock height in area that held the old scissor lift and control box.
Pour a 12 x 24 concrete pad with 6 of 4000 psi concrete and 6 x 6 x 6 concrete wire. The new pad height is to be 48 below loading dock.
Pour approx. 17 of new steps, relocating for ease of access, existing steps to be removed as needed.
Provide and install one (1) Hydraulic Dock Leveler with the following features:
Minimum 15,000 pound capacity
Deck to accommodate canted vehicles up to 4 Hydraulic manifold (exclusive)
Hydraulic fail safe
Black and yellow safety striping and warning decals
Maintenance stand
Safety checker plate deck and lip
Toe guards (full range)
Lip length 20 (nominal)
Installation Style: Pit Model
Power unit: self-contained 208V 3 phase 60 hertz
Optional Hydraulic Oil: OIL22 standard dock leveler
Wall mounted push button controls (NEMA 4)
Bumpers: laminated bumpers
Controls to be mounted on exterior wall of warehouse at existing location
Provide durable skirting as required the lift to prevent leaf accumulation below platform and to protect lift mechanisms from deterioration and damage. This is not to be a substitute for concrete sides.
All portions of the lift must be resistant to corrosion.
Seed and straw all disturbed landscape
Vendor shall supply own transportation to and from work site
Vendor shall supply all necessary tools and equipment to accomplish job
Vendor shall work Monday Friday between 7AM and 5PM
Downtime during replacement must be minimized and scheduled in advance.
All work must be in compliance with VA, EPA, OSHA safety regulations
All work must conform to National, State, and Local building codes.
Specifications:
Leveler must be designed for Pit installation
Minimum capacity of 15,000 pounds
Leveler must be of the scissor design and operate between 12 and 48
Must have a hydraulic fail safe
Hydraulic manifold
Full range toe guards
Lip length of 20
Deck size 8 x 8
Safety handrails
Power unit: 208v/3ph/60
Wall mounted push button controls (NEMA 4)
The Solicitation will be available for download from the website https://www.fbo.gov on or about February 5, 2018. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information. The Government will not provide paper copies of the solicitation. Bidders shall be responsible for downloading the solicitation package and subsequent amendments, if any. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. It is essential that interested parties register on the bidders mailing list at https://www.fbo.gov, "Interested Vendor List". Individual copies of the Bidder's Mailing List WILL NOT be prepared nor distributed by the Contracting Officer. The solicitation amendments issued to the IFB will be posted to the website and bidders are advised it is their responsibility to obtain and acknowledge all amendments. Paper copies of amendments will NOT be individually mailed.

A pre-bid site visit will be held on or about February 15, 2018 and will be conducted with potential bidders in order to visually compare existing with future project, visually confirm appliances and materials to be used in comparison with existing appliances and materials in order to avoid mistaken installation practices. The referenced materials listed will be cited and confirmed on site with all perspective bidders. Bidders will receive a briefing on parking, facilities, and patient safety prior to submitting a bid in the event that the bid will be affected by hospital procedures. The exact date/time/location of the Site Visit will be specified in the solicitation should it change from this announcement. Note: All prospective bidders shall be registered and certified in VETBIZ as a Certified SDVOSB in order to be considered for award (Class Deviation VAAR 804.1102 VIP Database).

This acquisition is being issued in accordance with FAR Part 13 Simplified Acquisition Procedures. In accordance with VAAR 836.204, the magnitude of this construction project is between $25,000 and $100,000. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. Award of this contract is subject to the availability of FY18 funds. The maximum time for completion of the project is twenty (20) weeks after receipt of Notice to Proceed.

Set-Aside Information: This opportunity is available only to Service-Disabled Veteran Owned Small Businesses. The bidder shall be small business under relevant North American Industrial Classification Standard (NAICS) code and shall be registered and current in the following websites: www.sam.gov and www.vetbiz.gov. Bidders shall ensure registrations in these websites are not expired and are correct, current and valid. The NAICS code for this project is 236220 Commercial and Institutional Building Construction and the small business size standard $36.5 Million.

To be considered for award, all prospective contractors MUST be registered in the System for Award Management (SAM) Database at www.sam.gov , MUST be in compliance with VAAR 819.7003 and meet the CVE SDVOSB verification requirements per www.vetbiz.gov, and MUST meet OSHA/EPA requirements. For SDVOSB CVE verification guidelines, you may refer to http://vip.vetbiz.gov . To register in SAM, you may go online at https://www.sam.gov. For OSHA information, you may refer to www.osha.gov.
(END)

Elizabeth Morin
610-383-0202

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP