Z1DA--523-24-005 Parking Garage Fencing


Subject: Z1DA--523-24-005 Parking Garage Fencing
Solicitation Number: 36C24123B0016
Notice Type: PRESOL
NAICS: 236220
Set-Aside: Service-Disabled Veteran-Owned Small Business
Notice Published: 09-21-23
Response Due: 10-05-23

Agency: Department of Veterans Affairs
Office: VETERANS AFFAIRS, DEPARTMENT OF
Contact: Alexis Duda, Contract Specialist This email address is being protected from spambots. You need JavaScript enabled to view it. Ph: (403) 584-4040
Office Address: TOGUS, ME 04330
Place of Performance: Department of Veterans Affairs Boston VAMC Jamaica Plain 150 S Huntington Ave, Boston 02130

Related Notices:
        11-17-23 SOLICIT

        11-29-23 SOLICIT

        12-05-23 SOLICIT

        11-07-23 SOLICIT

        08-25-23 SRCSGT


Click for official SAM (FBO) notice, additional information, and accompanying attachments

523-24-005 Parking Garage Fencing Boston VA Medical Center, Jamaica Plain Procurement Number: 36C24123B0016 This is a pre-solicitation notice synopsizing an upcoming competitive solicitation satisfying the requirements of FAR 5.201 and FAR 5.203. An invitation for bids will be posted on or about October 26, 2023. The Boston VA Medical Center, Jamaica Plain has a requirement for a Firm-Fixed-Price Contract. This project requires a contractor to provide all work including construction administration, demolition and installation of anti-suicide fencing in accordance with the Statement of Work, Specifications, Drawings, Federal, State, and Local Codes for project 523-24-005 Parking Garage Fencing. Scope details include: Install 6 high ornamental anti-climb security fencing around entirety of exposed top deck of the garage including all posts and gate for snow chute. Install snow chute and loading mechanism on south face of garage. Contractor is responsible for coordination with garage manufacturer (Wagner Consultants) for the rebar layout for any of penetration during the construction to maintain integrity of the structure. Any coring or penetrations on the precast must be verified prior to coring. Period of Performance is 120 calendar days from issuance of Notice to Proceed (NTP). The magnitude of this project is between $250,000 and $500,000. The NAICS code for this procurement is 236220 and the size standard is $45 Million. The solicitation is being issued as an Invitation for Bids (IFB) under FAR Part 14. A bid bond is required, and the bid guarantee amount shall be at least 20 percent of the bid price but shall not exceed $3 million. This project is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24123B0016 on https://sam.gov/content/opportunities under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It is the responsibility of the offeror to verify the number of amendments issued. All offerors must be registered in the System for Award Management (SAM): https://www.sam.gov/SAM/ SDVOSB firms must be verified by the SBA Veteran Small Business Certification (VetCert): Veteran Small Business Certification (sba.gov)