Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 26, 2015 FBO #5116
DOCUMENT

Y -- Project 675-16-102: Address Physical Security Requirements - Attachment

Notice Date
11/24/2015
 
Notice Type
Attachment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24816R0218
 
Response Due
12/17/2015
 
Archive Date
2/15/2016
 
Point of Contact
tiffany.garfield@va.gov
 
E-Mail Address
tiffany.garfield@va.gov
(tiffany.garfield@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This requirement is 100% set aside for verified Service Disabled Veteran Owned Small Business (SDVOSB). Service Disabled Veteran-owned Small Business Verification: Interested SDVOSB firms must be certified in vetbiz.gov, prior to submission of the Phase 1 proposal. The award of this requirement shall not be delayed due to loss of SDVOSB verification. Proposals submitted by non-verified SDVOSB's will be excluded from evaluation and award consideration. Design Build Address Physical Security Requirements, Project No. 675-16-102, located at the Orlando VA Medical Center, Orlando, FL. The VA intends on issuing a Request for Proposal (RFP) for both design and construction which will be to install new security features and correct security deficiencies at the Orlando Campuses. In the required areas, door locksets will be installed, ceiling up and over access will be removed, motion intrusion and physical access card systems will be installed, panic alarms will be installed and other miscellaneous security work will be done.. The selected DB contractor shall have experience in design and construction with this type of Security Requirements at VA facilities and must submit written evidence for evaluation purposes. Project Estimate is between $500,000 to $1,000,000. The NAICS is 238990, with a business size standard of $15 MIL. The acquisition will be accomplished in accordance with FAR Part 15 and 36.3. This will be a two (2) phase design-build solicitation process; whereby, the VA may select up to the top 5 rated proposals from the Phase 1 evaluation, and then those top 5 firms will be invited to submit Phase 2 proposals. One solicitation will be issued, to include both proposal phases.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24816R0218/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-16-R-0218 VA248-16-R-0218_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2433919&FileName=VA248-16-R-0218-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2433919&FileName=VA248-16-R-0218-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03954176-W 20151126/151124234848-197f658adb0835e196c8b080a8ec81cb (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.