DOCUMENT
Y -- Parking Garage Phase II project #671-11-245 - Attachment
- Notice Date
- 9/5/2012
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 17;Attn: Jeffrey Haubenreiser;5441 Babcock Road, Suite 302;San Antonio TX 78240
- ZIP Code
- 78240
- Solicitation Number
- VA25712R0372
- Response Due
- 9/27/2012
- Archive Date
- 11/26/2012
- Point of Contact
- Jeffrey Haubenreiser
- E-Mail Address
-
4-6306<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, South Texas Veterans Health Care System, is issuing a two-phase solicitation for a design/build project to design and construct a Parking Garage in San Antonio, TX. Project Description: Description of Work: Project is for the complete design/build services for the construction of a new Parking Garage Phase II structure located adjacent to the existing parking garage located at the South Texas Veterans Health Care System, Audie L. Murphy Veterans Memorial Hospital located at 7701 Wurzbach Road, San Antonio, TX 78229. Contractor shall provide all necessary design/build services, to include but not limited to, provide all necessary labor, materials, equipment, permits, licensing, transportation and supervision to design and construct the parking garage structure and other specific tasks that will be outlined in the solicitation package. General Information: Location: San Antonio, TX THIS REQUIREMENT IS A "COMPETITIVE" OFFER, SET-ASIDE FOR SERVICE DISABLE VETERAN OWNED SMALL BUSINESSES (SDVOSB); UNDER PUBLIC LAW 109-461 (38 USC 8127). The Government plans to issue a firm-fixed price contract. Magnitude of Construction: From $5,000,000.00 to $10,000,000.00 The anticipated release date of the solicitation is on or about September 20th, 2012. Pre-bid site inspections will be announced in the solicitation. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 236220. The small business size standard for this requirement is $33,500,000.00 in average annual receipts for the past three years. The two-phase design-build solicitation and evaluation process will be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. The issued Request for Proposals (RFP) will set forth the requirements for responding to Phase One of the solicitation, as well as all technical evaluation factors for both Phase One and Phase Two. At the closing date of the Phase One Solicitation, the Government will evaluate responsive proposals received in response to Phase One of the solicitation to short-list no more than five (5) contractors to Phase Two. Only those most highly qualified offerors selected as a result of Phase One evaluations will be requested to submit technical and pricing proposals for Phase Two. Phase Two proposals will be evaluated in accordance with the Phase Two evaluation process. Award for this requirement will be determined via a "best value" tradeoff process, where price and other evaluation factors will be considered. Identification of significant evaluation factors will be within the solicitation documents. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. All bidders MUST be registered in the System for Award Management (SAM) Database, MUST meet the CVE SDVOSB verification requirements per www.vetbiz.gov, MUST have a current record in the Online Representations and Certifications Application (ORCA), and MUST meet OSHA/EPA requirements. If you are not registered with SAM, you may register online at http://www.sam.gov. For SDVOSB CVE verification guidelines, you may refer to http://vip.vetbiz.gov. To complete Representations and Certifications with ORCA, you may go online at https://orca.bpn.gov. For OSHA information, you may refer to www.osha.gov.Contractors that do not have active registrations in these websites at time of proposal submittal and prior to award will be considered no-responsive and will not be considered for award. The proposed requirement is 100% SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES under Public Law 109-461 (38 USC 8127) offers received from other than SDVOSB concerns will not be considered. Service Disabled Veteran-Owned Small Businesses (SDVOSB) must be verified by The Center for Veterans Enterprise, "CVE" to receive award. The Government will not provide paper copies of the solicitation documents or amendments. Offerors will be responsible for downloading their own copy of the solicitation package and subsequent amendments, if any. Telephone, written, facsimile, or e-mail requests for the solicitation will not be honored. It is essential that interested parties register on the bidders' mailing list at https://www.fbo.gov, "Interested Vendor List". All solicitation amendments issued to the RFP will be posted to the website and bidders are advised it is their responsibility to obtain and acknowledge all amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25712R0372/listing.html)
- Document(s)
- Attachment
- File Name: VA257-12-R-0372 VA257-12-R-0372_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=467699&FileName=VA257-12-R-0372-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=467699&FileName=VA257-12-R-0372-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-12-R-0372 VA257-12-R-0372_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=467699&FileName=VA257-12-R-0372-000.docx)
- Record
- SN02867838-W 20120907/120906000426-65e958e08b0a561531321c5895330b66 (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 |