The RFP Database
New business relationships start here

Replacement of 12 Air Handling Units at St. Petersburg VARO


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

GENERAL: This is a pre-solicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time, nor will any questions of a technical or contractual nature be answered. Those questions will only be answered via an amendment to the solicitation once it is issued.
The Veterans Benefits Administration anticipates issuing a solicitation for the following project.
PROJECT TITLE: Replace twelve Air Handling Units
PROJECT SCOPE: Contractor will provide all material and labor to replace the 12 Air handler units (AHUs) at the St Petersburg VARO as well as clean the ductwork supplied by each AHU. Contractor will replace each AHU with a new, more efficient AHU capable of providing equal performance specifications as existing AHU's in accordance with the SOW.
PLACE OF PERFORMANCE: Veterans Affairs St. Petersburg Office, 9500 Bay Pines Blvd, St Petersburg FL 33708.
The solicitation number is 36C10E19R0009. Specific instructions on submitting offers will be contained in the solicitation documents. It is anticipated that the solicitation will be issued on or about July 16, 2019, with offers due within 30 days. The entire solicitation package, including all attachments, will be available electronically at www.fbo.gov. Paper copies of this solicitation will not be made available.
ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with Veterans Administration Acquisition Regulations (VAAR) 836.204, the project magnitude is estimated to be between $2,000,000 and $5,000,000.
PROCUREMENT TYPE: The Government anticipates awarding a single firm-fixed price contract to meet this requirement. The Government will consider an offeror's price for reasonableness and past performance to determine the best value in accordance with the procedures outlined in FAR Part 13.
SET-ASIDE: This acquisition has been set-aside for Total Service Disabled Veteran Owned Small Business (SDVOSB) concerns in accordance with Public Law 109-461, Veterans First Program. Only offers from SDVOSB concerns that are registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time date set for receipt of offers shall be considered for award. Offers from SDVOSB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award. Offers received from concerns that are not SDVOSB concerns will be considered nonresponsive and shall be rejected.
NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 238220 and the small business size standard is $15.0 MIL.
PROJECT COMPLETION DATE: The project timeline is expected to be approximately 180 calendar days following the issuance of the notice-to-proceed.
SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete Online Representations and Certifications at the SAM website.
POINT OF CONTACT: Jeff Reed, Contract Specialist, jeffrey.reed@VA.gov , 215-906-5468. Contracting Office Address:
Department of Veterans Affairs,
Veterans Benefits Administration,
Office of Acquisitions
1800 G. Street, N.W
Washington, DC 2006

Information contained in this announcement is subject to change

Jeffrey A Reed
Contract Specialist
215-906-5468

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP