Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2015 FBO #5124
DOCUMENT

Y -- REPAIR AND PRELACE ELEVATORS PHASE 2-662-16-1-6451-0004 - Attachment

Notice Date
12/2/2015
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);San Francisco VA Medical Center;4150 Clement Street;San Francisco CA 94121-1545
 
ZIP Code
94121-1545
 
Solicitation Number
VA26116B0088
 
Response Due
12/16/2015
 
Archive Date
3/24/2016
 
Point of Contact
Karen Smith
 
E-Mail Address
0-2163<br
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR REPAIR/REPLACE OF ELEVATORS AT VA SAN FRANCISCO HEALTH CARE SYSTEM. This is a Sources Sought Notice that is issued for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers and information received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. Project Specifics: NAICS CODE: 236220 - Commercial and Institutional Building Construction Small Business Size Standard: $36.5M Magnitude of project: Between $5,000,000 and $10,000,000 The proposed IDIQ contract is for repair/replacement of elevators in four (4) buildings at VA San Francisco Health Care System, specifically Bldg. 203, 208, 209, and 2. Bldg. 203 has six elevators, Bldg. 208 has 2 elevators, Bldg. 209 has 2 elevators, and Bldg. 2 has 3 elevators. The IDIQ contract has a twelve month base period and two (2) one-year option periods. A separate task order will be issued for each building and cover all elevators within the specified building. Each task order will have its own period of performance for the specified building. If multiple task orders are issued, concurrent performance is required. The intent of this project is to provide all labor and materials needed to perform all demolition, renovation, upgrade, replacement, installation, finishes, electrical, security, structural, environmental, and commissioning of the elevators within the specified facility. The intent of this notice is to identify potential Small Business (SB) firms capable of performing these services. Small Business Administration (SBA) certified 8(a) Businesses; SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, and or Service-Disabled Veteran-Owned Small Businesses. The Government will use the information obtained from this announcement to help make a set-aside determination under a socio-economic status. All interested businesses are encouraged to submit their capabilities statements. We are seeking responses from all interested businesses and all socio-economic categories. If interested in this opportunity, please provide via email, a one-page synopsis of qualifications and project experience for construction work providing the type of services identified above. In addition, interested sources are requested to provide their: (1) Company name, address, point of contact with phone number and email address (2) Business size determination and qualifying small business status / socio-economic category (3) DUNS number (4) maximum bonding capability for a single project and aggregate bonding capacity. Requested information is sent to karen.smith3@va.gov by 11:00 am on December 16, 2015. This sources sought is solely for market research purposes in accordance with FAR Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. Network Contracting Office 21 anticipates the solicitation to be issued 2nd quarter of fiscal year 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SanFVAMC/VAMCCO80220/VA26116B0088/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-16-B-0088 VA261-16-B-0088.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2443492&FileName=VA261-16-B-0088-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2443492&FileName=VA261-16-B-0088-000.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: San Francisco Helath Care System;4150 Clement Street;San Francisco, CA
Zip Code: 94121
 
Record
SN03958929-W 20151204/151202234636-f2829024542cd10ec58d41d64618c464 (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.