Add Bids
Search By Category/Country/Location by state
Bid Entry Form
Project/Contract Name:
City:
Location by state:
Select Country/Location by state
Alabama
Alaska
American Samoa
Arizona
Arkansas
Baker Island
California
Colorado
Connecticut
Delaware
District of Columbia
Florida
Georgia
Guam
Hawaii
Howland Island
Idaho
Illinois
Indiana
Iowa
Jarvis Island
Johnston Atoll
Kansas
Kentucky
Kingman Reef
Louisiana
Maine
Maryland
Massachusetts
Michigan
Midway Atoll
Minnesota
Mississippi
Missouri
Montana
Navassa Island
Nebraska
Nevada
New Hampshire
New Jersey
New Mexico
New York
North Carolina
North Dakota
Northern Mariana Islands
Ohio
Oklahoma
Oregon
Palmyra Atoll
Pennsylvania
Puerto Rico
Rhode Island
South Carolina
South Dakota
Tennessee
Texas
United States Minor Outlying Islands
United States Virgin Islands
Utah
Venezuela
Vermont
Vietnam
Virginia
Wake Island
Washington
West Virginia
Wisconsin
Wyoming
Yemen
Category:
Select Category
Accounting/Audit/Administration
Business Consulting
Construction
Educational Services
Engineering
Food Catering Services
Healthcare/Medical Supplies
Janitorial
Landscaping
Legal
Logistics
Professional Services
Real Estate
Transportation Services
Tree Removing Service
Agency Contact Information:
Phone Number:
Bid/Proposal Due Date:
Bid Close Date:
Bid Walkthrough Date:
Estimate:
Term:
Classifications:
Description:
THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. In accordance with Public Law 109-461 and VAAR 819.7003 (b), bidders must be registered and certified as a Service Disabled Veteran Owned Small Business (SDVOSB) in one of the following databases: 1) SBA’s Small Business Search tool at https://search.certifications.sba.gov or System for Award Management (SAM.gov) at https://sam.gov. Only bids from verified SDVOSB’s at the time of bid submission shall be deemed responsive. All non-responsive bids shall be rejected and ineligible for award. The applicable North American Industry Classification System (NAICS) code is 238210, Electrical Contractors and Other Wiring Installation Contractors, with the applicable small business size standard of $19 million. In accordance with VAAR 819.7003(b), all bidders must represent to the Contracting Officer that it is a small business concern under the NAICS code assigned to this acquisition. In accordance with VAAR 836.204 and/or FAR 36.204, the magnitude of construction for this project is between $2,000,000 and $5,000,000. The Department of Veterans Affairs (VA), Black Hills Health Care System - Fort Meade Campus, located at 113 Comanche Road, Fort Meade, South Dakota is issuing this Invitation for Bids (IFB) Solicitation in accordance with the procedures set forth in the Federal Acquisition Regulation (FAR). Network Contracting Office 23 (NCO 23) intends to award a single, firm fixed-price contract for completion of construction project number: 568-24-106, Upgrade Fire Alarm System (FM) in Fort Meade, South Dakota. Further details of all dates, events, and locations, including site visit and bid due date, are available in the IFB Solicitation. The VA Black Hills Heath Care System - Fort Meade Campus has a requirement for a comprehensive upgrade to its campus-wide Fire Alarm System. It should be noted that the existing fire alarm system is a Johnson Controls, Inc. Simplex Fire alarm system and all system components and devices must be 100% compatible with the most current Johnson Controls, Inc. Simplex Fire alarm system available. Construction includes, but is not limited to, demolition, as required; replacing/ adding/installing computers, fire alarm panels, and various fire alarm devices; electrical work, as required; pulling fiber; updating graphical maps, repairing of finishes, painting, ceiling tiles, grass, etc., as required. The contractor will be required to provide all tools, materials, equipment, labor, and supervision necessary to complete the project in accordance with the drawings, specifications, and scope of work. The Period of Performance (PoP) for this project is seven-hundred-thirty (730) calendar days from issuance of a Notice to Proceed (NTP) and is non-negotiable. The PoP includes an approximately three (3) month period, immediately following award, for Contactor/Subcontractor background investigations, fingerprinting, badging and required training. A Notice to Proceed date/issuance will be coordinated between VA and Contractor following award. The IFB Solicitation, consisting of various bid documents, specifications, drawings, forms, etc. is available in the Attached documents to this Solicitation notice. These documents include complete details of the Solicitation and project requirements. Any Amendments to the Solicitation will be posted at the same location. Interested bidders are advised that they are responsible for obtaining all bidding documents via SAM.gov Contract Opportunities and for monitoring the SAM.gov Contract Opportunities website for any changes to this Solicitation announcement. A bidders list will not be maintained. Hard copies of any documents regarding this project will not be mailed or made available outside of the SAM.gov website. All prospective bidders must have a Unique Entity Identifier (UEI) and must be registered and active in the SAM database at https://www.sam.gov. All prospective bidders must complete electronic online Representations and Certifications within SAM.gov. The eventual awardee will also have a current Department of Labor VETS 4212, federal contractor reporting filing at https://www.dol.gov/agencies/vets/programs/vets4212 on file, if applicable.
Submit Bid