Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

Z -- RECOVERY Z--Recovery Project 657A5-09-103AO Mold Abatement & Water Intrusion Prevention - FCA Corrections

Notice Date
9/8/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th St. Trwy;LEAVENWORTH KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-09-RA-0642
 
Response Due
10/23/2009
 
Archive Date
12/22/2009
 
Point of Contact
Perry D. Marks, Jr.,Contracting Officer, 912-758-4294
 
E-Mail Address
Contract Specialist
(Perry.Marks@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RECOVERY ACT PROJECT - The Department of Veterans Affairs, VA Heartland Network 15, intends to issue a Solicitation for Construction Services for Project 657A5-09-103AO, Mold Abatement & Water Intrusion Prevention, which is located at the Marion, IL, VA Medical Center. The general scope of work includes, but is not limited to: (1) Remediate rooms with elevated mold counts and stop water intrusion into Buildings 37, 42, 43, and TMD-1; (2) Remediate mold, asbestos and lead and stop water intrusion into Building 13; Remediate mold, asbestos (basement), and lead (basement) and stop water intrusion into Building 8; (3) Repair west exterior, including scuppers, gutters, and downspouts, of Building 38; (4) Repair exterior of Buildings 1, 2, & 3, including, but not limited, to painting and EIFS repair; and (5) Disassemble and remove Building TMD-2. At this time, no PRE-SOLICITATION CONFERENCE is planned for this Solicitation. If the Government does elect to hold a Pre-Solicitation Conference, either the Pre-Solicitation Synopsis, or the resulting issued Solicitation, will be adjusted accordingly. An ORGANIZED SITE VISIT has been tentatively scheduled to take place approximately one week after issuance of the solicitation. The resulting solicitation will identify the exact date, time, and location of the organized site visit. NOTE: If the date and time of the organized site visit is established prior to issuance of the solicitation, a modification to this pre-solicitation synopsis will announce the date, time, and location of the organized site visit. PRICING: The resulting Solicitation will include the following known Priced Line Items and Deductive Alternates under Phase-I and Phase-II: PHASE-I Base Item 0001: includes all work of Phase-I for mold abatement and water intrusion prevention as shown in the contract drawings and specifications. Deduct Alt 0002: includes all work in Item 0001, except deleting all work for TMD-2 plus removal of TMD-2 Offsite. PHASE-II Base ITEM 0001: includes all work of Phase-II for facility abatement and water intrusion prevention as shown in the contract drawings and specifications. Deduct Alt 0002: includes all work in Base Item 0001 except deleting all work related to re-roofing of Building #8. Deduct Alt 0003: includes all work in Deduct Alt 0002 except deleting all work related to re-roofing of Building #13. Deduct Alt 0004: includes all work in Deduct Alt 0003 except deleting new suspended ceiling system, new lights & new smoke detectors as shown on optional ceiling plans. NOTE: If the Price Schedule is changed, prior to release of the Solicitation, then the Pre-Solicitation Synopsis will be modified accordingly. If the Price Schedule is changed, after the resulting Solicitation has been issued, then the Solicitation will be Amended accordingly. ESTIMATED MAGINTUDE: In accordance with FAR 36.204 and VAAR 836.204, the estimated magnitude of this construction project is: "Between $2,000,000 and $5,000,000." TYPE OF CONTRACT: The resulting Solicitation will be issued as a REQUEST FOR PROPOSALS (RFP) which will result in the award of a Single Firm Fixed Price (FFP) Construction Contract. PERFORMANCE PERIOD: The estimated performance period for completion of construction is THREE HUNDRED (300) calendar days from Notice to Proceed (NTP). If the performance period is changed prior to the release of the Solicitation, the resulting Solicitation will establish the official performance period under the FAR Clause 52.211-10 -- Commencement, Prosecution, and Completion of Work. If the performance period is changed after release of the Solicitation, the Solicitation will be Amended accordingly. SCHEDULED OPENING & CLOSING DATES. This Solicitation will be available, on or about, 09-23-2009 and the Proposals will be due, on or about, 10-23-2009. The issued Solicitation, including any Amendments, shall establish the official opening and closing dates and times. NAICS CODE & SBA SIZE STANDARD: The North American Industry Classification System (NAICS) Code for this project is 236220 -- Commercial and Institutional Building Construction, with a Small Business Size Standard of $33.5 Million. 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 as stated above. THIS SOLICITATIN WILL BE ISSUED AS A TOTAL SERVICED-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. Therefore, in accordance with Public Law 109-461, as Codified in 38 U.S.C. Section 8127, all responsible SDVOSB sources, that are properly registered in the VetBizRegistry Vendor Information Pages (VIP) located at www.VetBiz.gov, may submit a proposal, which will be considered by the agency. The applicable SDVOSB qualification standards will be listed in the resulting issued Solicitation. PERFORMANCE OF WORK BY PRIME CONTRACTOR. Because this SDVOSB Set-Aside Solicitation is for General Construction under NAICE Code 236220 (as described above), at least FIFTEEN PERCENT (15%) of the cost of the contract performance incurred for personnel must be spent on the concerns employees or the employees of other service-disabled veteran-owned small business concerns. EVALUATION FACTORS: 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 have been identified as the basis for award: FACTOR 1: PAST PERFORMANCE. SDVOSB Construction Firms who submit an offer must provide past performance information regarding the successful completion of no less than one construction contract that exceeded a minimum value of $1,000,000.00 dollars. The information to be provided for this completed qualifying contract consists of: (a) the official title of the contract; (b) a brief description of the scope of work, and applicable NAICS code of the submitted contract; (c) the official contract number (if applicable); (d) the official award date of the contract; (e) the initial awarded amount (in dollars); (f) the ultimate (final) contract amount (in dollars); (g) the name of the federal/state/or local government agency that awarded the contract (if applicable) or the name of the commercial entity that awarded the contract (if applicable); and (h) the name, mail address, telephone number, and/or email address, of the principal point-of-contact (POC) involved in the administration and/or performance evaluation of the submitted contract. FACTOR 2: TECHNICAL EXPERIENCE. SDVOSB Construction Firms who submit an offer must provide evidence that they have already performed at least one construction project that involved: (a) Work as a Prime Contractor under the same NAICS code as this project (236220 - Commercial and Institutional Building Construction); and (b) Work of a dollar amount that exceeded a minimum value of $1,000,000.00 dollars. NOTE: If the submitted technical experience for Factor 2 is different from the past performance contract submitted for Factor 1, the same detailed information listed in items (a) through (h) of Factor 1 shall be provided. If the submitted technical experience project for Factor 2 is the same as the submitted past performance contract submitted for Factor 1, the relevant information does not need to be repeated, but may be included by reference to the applicable past performance contract. FACTOR 2: TECHNICAL QUALIFICATIONS OF PROPOSED STAFF. 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. NOTE: A brief resume of each key individual will be evaluated to determine if they meet the technical requirements for a project of this nature. It is acceptable for a single individual to perform more than one of these functions, as long as the proposal identifies which function(s) the individual will be performing. FACTOR 4: PRICE. As a Lowest Price Technically Acceptable (LPTA) Source Selection, award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Note that offers that are not Technically Acceptable cannot be selected, regardless of Price. NOTE: The actual issued Solicitation will include a detailed list of all evaluation factors, including any subfactors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors may only be issued by amendment. INFORMATION ON HOW TO OBTAIN A COPY OF THE SOLICITATION. All potential Offerors, to include Prime Contractors, Subcontractors, Suppliers, Etc., should register in CCR and Fed Biz Opps in order to view or download Federal 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: various Plan Rooms, Printing Companies, and Construction Trade Associations often obtain such electronic solicitation documents, and then make them available to others in printed hard copy 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 should also register as Plan Holders, at the above Internet Site, in order to receive notification, via email, of any new Amendments to the resulting Solicitation, and/or Special Announcements. INFORMATION ON CCR REQUIREMENTS. All Potential Sources must register in the Central Contractor Registration, (CCR), in order to be eligible to receive a resulting 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. INFORMATION ON ORCA REQUIREMENTS. 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 most of the Representations and Certifications (Reps & Certs) required by the Federal Acquisition Regulations, which were previously included, in full text, in Construction Solicitations. According to FAR case 2002-024, it has been mandatory for Vendors to use ORCA since 01 January 2005. Therefore, to be eligible for a Contract Award, an Offeror MUST be registered in this database prior to submitting a bid and/or proposal. Register your Representations and Certifications (Reps & Certs) at the ORCA Website, http://orca.bpn.gov. INFORMATION FOR ACCESS TO THE "INTERESTED VENDORS LIST" (ILV) AND "WATCH LIST" FUNCTIONS AT FED BIZ OPPS. It should be noted that plan holders lists are no longer maintained at contracting offices, because of changes in Federal Acquisition Regulations to emphasize the utilization of internet/web-based technology. Interested parties should consider registering themselves at the Interested Vendors List (IVL) at Fed Biz Opps. Interested parties may then be able to access and view the list of other registered Interested Vendors, in a similar manner, by selecting the "Interested Vendors List" button at the same Solicitation page. Interested parties can also sign up for the "Watch List" in order to receive automatic email updates regarding any changes impacting the opportunities they added to their target list. The link to Federal Business Opportunities is: http://www.fbo.gov. POINTS OF CONTACT. The point-of-contact for Technical questions is Jeremy T. Oster, who may be reached by phone at 618-997-5311 ext 54888, or by email at Jeremy.Oster@va.gov. The point-of-contact for Contractual questions is Perry D. Marks, Jr., who may be reached by phone at 913-758-4294, or by email at perry.marks@va.gov. (END OF SYNOPSIS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA-255-09-RA-0642/listing.html)
 
Place of Performance
Address: Marion VA Medical Center;2401 West Main St.;Marion, IL
Zip Code: 62959
 
Record
SN01946015-W 20090910/090909085932-8553f922c0ea02b2f172a4d59693e29e (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.