Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2015 FBO #4830
DOCUMENT

Y -- Renovate Administration building and remove fuel storage tanks at Long Island National Cemetery. - Attachment

Notice Date
2/12/2015
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;425 I Street, NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA786A15B0003
 
Response Due
2/27/2015
 
Archive Date
3/4/2015
 
Point of Contact
Lenora Stephens
 
E-Mail Address
2-5599<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SERVICE DISABLE AND VETERAN OWN SMALL BUSINESS SOURCES SOUGHT NOTICE RENOVATION PROJECT PURPOSE: In an effort to enhance opportunities for Service Disable Veteran Own Small Business (SDVOSB) and Veteran Own Small Business (VOSB) the Department of Veterans Affairs (VA) is performing preliminary market research to gauge the level of interest and capabilities of both SDVOSBs and VOSBs with regards to an upcoming acquisition for Construction at the Long Island National Cemetery in Farmingdale, New York out of Suffolk County. The findings of the preliminary market research will be used in considering a 100% set aside for either SDVOSBs or VOSBs, pursuant to the set-aside authority contained in Public Law 109-461. THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This sources sought is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal or a promise to issue an IFB/RFQ/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this notice. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this notice. BACKGROUND: The Department of Veterans Affairs, National Cemetery Administration anticipates awarding a one-time, one -hundred and eighty day, Firm-Fixed Price (FFP) construction contract with a total contract capacity estimated between $2,000,000.00 and $5,000,000.00. No solicitation document exists at this time. The anticipated solicitation release date is currently unavailable. A synopsis will be posted for at least 15 calendar days prior to the response deadline. The general scope of work for this construction project provided under this contract will include but is not limited to: The renovation project will be conducted in phases. The removal and proper disposal of hazardous materials will be required per Federal, State and local city requirements. This may include asbestos, lead, fuel tank removal. Renovation of existing Administration Building and maintenance yard includes demolition, temporary facilities, site utilities, paving, fencing, landscaping, new equipment building, new manufactured structure (Building 6). The description above is not all encompassing and may be subject to change. The U.S. Small Businesses under NAICS 236220, entitled Commercial and Institutional Building Construction, which has a Small Business Administration (SBA) size standard of $36.5 Million, are requested to respond to this sources sought notice. Size standards are the average annual receipts of a firm. How to calculate average annual receipts can be found in 13 CFR 121.104. REQUESTED INFORMATION: 1. Is your firm considered, in accordance with Federal Acquisition Regulation (FAR) Part 19, a Service-Disabled Veteran-Owned Small Business (SDVOSB) and or a Veteran Owned Small Business (VOSB) based upon North American Industry Classification System code 236220 - Commercial and Institutional Building Construction? 2. Is your firm currently registered in the Department of Veterans Affairs Vetbiz database and have a seal as a certified SDVOSB or a VOSB? 3. State your firm's name, address, DUNS, & Experian Identification number. Provide a primary point of contact with their telephone phone number and email address. 5. Is your firm capable of providing a bid guarantee, performance and payment bond, should your company be awarded this contract, in the cost range of $2,000,000.00 and $5,000,000.00? 7. Provide a positive statement of your interest in submitting a proposal as a prime contractor to the Federal Government based on the general scope of work description above. All interested contractors SHALL be registered in the System for Award Management database at https://www.sam.gov and Vendor Information Pages (VIP) at Vetbiz.gov web portal https://www.vip.vetbiz.gov/default.asp. Documentation supporting your veteran's status shall be submitted with your package. You must indicate if you are responding as a Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or both. REQUIRED RESPONSES: Your review of this information and response to the following questions will be used in determining if this acquisition may be set-aside exclusively for SDVOSBs or VOSBs. Please review the specifications and technical requirements carefully before responding to this notice. If the question is not applicable, please indicate "N/A" in your reply to that question. Questions regarding this notice must be received via email to Ms. Lenora Stephens at lenora.stephens@va.gov, by 12:00 P.M. Eastern time on February 27, 2015. Your email must be entitled, "Sources Sought - Long Island National Cemetery - [indicate veteran status here]" Please submit your information via email to Ms. Lenora Stephens, Contract Specialist, at the date and time specified, and including the subject line indicated above. No supplemental materials such as company brochures and literature shall be submitted in response to this sources sought notice. Do not send hard copy advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this construction project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCAVACO/VaNca101/VA786A15B0003/listing.html)
 
Document(s)
Attachment
 
File Name: VA786A-15-B-0003 VA786A-15-B-0003 SOURCES SOUGHT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1864654&FileName=VA786A-15-B-0003-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1864654&FileName=VA786A-15-B-0003-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Long Island National Cemetery;2040 Wellwood Avenue;Farmingdale
Zip Code: 11735
 
Record
SN03641017-W 20150214/150212234810-777159c2aeeec1929722368db996d772 (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.