SOLICITATION NOTICE
Z -- RECOVERY Z--RECOVERY PROJECT 657A5-09-101 RELOCATE SOUTH PERIPHERY ROAD
- Notice Date
- 1/6/2010
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge 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-255-10-RA-0148
- Response Due
- 2/22/2010
- Archive Date
- 5/23/2010
- Point of Contact
- Contracting Officer: Perry D. Marks, Jr.913-758-4294 (email perry.marks@va.gov)
- E-Mail Address
-
Contract Specialist
(Perry.Marks@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- RECOVERY -- The Department of Veterans Affairs, VA Heartland Network 15, intends to issue a Solicitation for Construction Services for RECOVERY PROJECT 657A5-09-101, RELOCATE SOUTH PERIPHERY ROAD, which is located at the Marion, IL, VA Medical Center. SCOPE OF WORK: The general scope of work includes, but is not limited to, relocation the South Periphery Road in order to make room for the future relocation and upgrade of the Operating Room Suite project. This portion of the road will need to be relocated to maintain traffic flow through the Medical Center Campus. Also included in the project, will be the demolition of portions of South Periphery Road (concrete, curb and gutters, and sidewalks). The Helipad shall be connected to the new portion of South Periphery Road. A portion of the abandoned South Periphery Road shall be preserved to create a pad for relocating a generator. SITE VISIT: An ORGANIZED SITE VISIT has been scheduled for January 28, 2010, at 2:00 PM, at TMD 4, next to Bldg 13, at the Marion VA Medical Center, located at 2401 West Main St, Marion, IL. NOTE: If there is any change to the scheduled site visit, the updated time and location will be announced in a modification to the Pre-Solicitation Synopsis, and will be included in the resulting issued Solicitation, and/or Solicitation Amendments, as applicable. This will be the one and only opportunity for potential offerors to visit the project site prior to submitting offers. At this time, no OPTIONS AND/OR ALTERNATES have been identified for this project. If the Price Schedule is changed to include Options, prior to the release of the Solicitation, then the Pre-Solicitation Synopsis will be modified accordingly. If the Price Schedule is changed to include Options, after the resulting Solicitation has been issued, then the Solicitation will be Amended accordingly. ESTIMATED MAGNITUDE: In accordance with FAR 36.204 and VAAR 836.204, the estimated magnitude of this construction project is: "Between $250,000 and $500,000." 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. CONSTRUCTION PERFORMANCE PERIOD: In accordance with FAR 5.207(C) (12), the estimated performance period for completion of construction is NINTEY (90) 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: In accordance with FAR 5.207(a) (10), this Solicitation will be available, on or about, 01-21-2010 and the Proposals will be due, on or about, 02-22-2010. 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 237310 -- Highway, Street, and Bridge 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 Road Construction under NAICS Code 237310 (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). In accordance with FAR 5.207(c)(12), the following significant evaluation factors have been identified as the basis for award: FACTOR 1: RELEVANT PAST PERFORMANCE; FACTOR 2: TECHNICAL EXPERIENCE; FACTOR 3: TECHNICAL QUALIFICATIONS OF PROPOSED STAFFING; & 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, and will provide detailed instructions for proposal requirements and the basis for award. Any resulting changes to Evaluation Factors may only be issued by amendment. INFORMATION ON HOW TO OBTAIN A COPY OF THE SOLICITATION. In accordance with FAR 5.207(c) (16), this Solicitation, including all Plans, Specifications, and any Amendments, will be published in electronic format as an Electronic Bid Set (EBS) at the Federal Business Opportunities website, http://www.fbo.gov. There will be no printed hard copies or CD-ROM Disks provided by the agency. Interested parties can only access the Solicitation, including any Amendments, at the FBO website (listed above). 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 Interested Vendors, 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. In accordance with FAR 4.11, all potential sources must be registered 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 holder 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 the FBO website. Interested parties can access and view the FBO list of Interested Vendors at the same Solicitation Web Page. POINTS OF CONTACT. The point-of-contact for Technical questions is Jeremy T. Oster, who may be reached by phone at 618-997-5311 x54888, 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-255-10-RA-0148/listing.html)
- Place of Performance
- Address: Marion, IL, VA Medical Center;2401 West Main St;Marion, IL
- Zip Code: 62959
- Zip Code: 62959
- Record
- SN02035947-W 20100108/100106235816-ec28c355452990f69704eeb7951d1f9a (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 |