Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOLICITATION NOTICE

Z -- Historic Front Steps Restoration Project at Marion VA Medical Center, Marion, IL.

Notice Date
3/6/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs, VA Heartland Network, Department of Veterans Affairs Heartland Network, Department of Veterans Affairs;VISN 15 Contracting Office;LEAVENWORTH KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-09-RP-0255
 
Response Due
4/22/2009
 
Archive Date
6/21/2009
 
Point of Contact
Point-of-Contact for Technical Questions is: Mr. Tommie Lee Carter, (PH) 618-997-5311 x54237,<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The Department of Veterans Affairs, VA Heartland Network 15, intends to issue a solicitation for Construction Services for Project Number 657A5-08-104 FCA-Bldg-1, for Front Steps Restoration, Located at the Marion, IL, VAMC, as a total Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. The general scope of work includes, but is not limited to, the complete restoration and historic preservation of the Front Steps at the Building Main Entrance. Work will include the correction of water ingress issues and structure deterioration. An Engineering study found the substrate structure to be deteriorated by moisture ingress. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. At this time, no organized site visit is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation. At this time, no options have been identified for this project. If the price schedule is changed to include options prior to the release of the solicitation, the pre-solicitation announcement will be modified. If the price schedule is changed to include options after release of the solicitation, the solicitation will be amended accordingly. In accordance with FAR 36.204 and VAAR 836.204, the estimated magnitude of this construction project is: Between $100,000 and $250,000. This solicitation will be issues as a Request for Proposals (RFP) which will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 161 (ONE HUNDRED SIXTY ONE) calendar days from Notice to Proceed (NTP). The solicitation will be available on or about March 23, 2009, and Proposals will be due on or about April 22, 2009. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for the Lowest Price Technically Acceptable Offer (LPTA). The following significant evaluation factors will be used as the basis for technical acceptability: 1. PREVIOUS EXPERIENCE. To be technically acceptable, SDVOSB construction firms who submit an offer must provide evidence that they have already performed at least one construction project that involved historic preservation and/or restoration work similar to this. 2. PAST PERFORMANCE. To be technically acceptable, SDVOSB construction firms who submit an offer must provide past performance evidence of the successful completion of no less than three (3) projects of similar magnitude (between $100,000 and $250,000). 3. TECHNICAL QUALIFICATIONS. To be technically acceptable, SDVOSB construction firms who submit an offer must provide information regarding the technical qualifications of the proposed project staff, to include the individuals who will be responsible for (a) Project Management, (b) Quality Control, and (c) Safety Compliance. A brief resume of each key individual will be evaluated to determine if they meet the technical requirements for a project of this nature. 4. PRICE. As an LPTA source selection, price is the most important factor in determining the award selection among those offers that are technically acceptable. Offers that are not technically acceptable cannot be selected, regardless of price. The solicitation will include a detailed list of evaluation factors, including any subfactors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors will be issued by amendment. The North American Industry Classification System (NAICS) Code for this project is 236220, with a size standard of $33.5 Million (ref: SBA Table of Small Business Size Standards dated Aug 22, 2008). For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. The following Numbered Notes apply: 29. THIS SOLICITATION IS BEING ISSUED AS A SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible SDVOSB sources may submit a proposal, which will be considered by the agency. All potential offerors, to include Prime Contractors, Subcontractors, Suppliers, Plan Rooms, and Printing Companies should register in CCR and Fed Biz Opps in order to view or download solicitations. This solicitation, with plans, specifications, and any amendments, will be published in electronic format as an Electronic Bid Set (EBS) at the Fed Biz Opps website, http://www.fbo.gov. There will be no printed hard copies or CD-ROM Disks provided by the agency. Note: Plan Rooms, Printing Companies, and various Trade Associations frequently register as Plan Holders for electronic solicitations, and make them available in printed or CD-ROM format for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. Interested parties can only access the solicitation, including any amendments, at the Federal Business Opportunities website, http://www.fbo.gov. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document at the referenced website. Firms must also register as Plan Holders via the Internet at the above site in order to receive notification via email of any amendments to the solicitation or general announcements. All potential sources must register in the Central Contractor Registration (CCR) in order to be eligible to receive a government contract award. To complete the registration, go to the CCR website at http://www.ccr.gov. Vendors can download the CCR Handbook to use as a guide for completing their registration. If assistance is needed with CCR registration, contact the CCR Helpdesk at 1-888-227-2423. A paper form for registration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. There is a Federal initiative called the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in Section 00600 of construction solicitations. According to FAR case 2002-024, vendors have been required to use ORCA since 01 January 2005. To be eligible for contract award and prior to bidding, a firm must be registered in the database. Please register Representations and Certifications at http://orca.bpn.gov. INSTRUCTIONS FOR INTERESTED VENDORS: You may sign up to receive procurement announcements from the Federal Business Opportunities (FBO). After subscribing you will receive the following announcements by email: Presolicitation Announcements and their Modifications; Notices of Solicitation and Solicitation Amendments; and General Procurement Announcements. Note: One may access the Interested Vendor List (IVL) at the FedBizOpps Website http://www.fedbizopps.gov. POINTS-OF-CONTACT: The point-of-contact for technical questions is Tommie Lee Carter, who can be reached by phone at 618 997-5311 x54237 and by email at Tommie.Carter@va.gov. The point-of-contact for contractual questions is Perry D. Marks, Jr., who can be reached by phone at 913-758-4294, or by email at perry.marks@va.gov. End of Synopsis.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=09bea563db4fa5cca865531d783619d8&tab=core&_cview=1)
 
Place of Performance
Address: Marion VA Medical Center;2401 West Main St.;Marion, IL<br />
Zip Code: 62959<br />
 
Record
SN01764004-W 20090308/090306221841-09bea563db4fa5cca865531d783619d8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.