Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2016 FBO #5266
DOCUMENT

Y -- 662-16-1-6451-0004- construction- Repair and Replace Elevators phase 2 - Attachment

Notice Date
4/22/2016
 
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
VA26116R0135
 
Archive Date
7/30/2016
 
Point of Contact
Karen Smith
 
E-Mail Address
0-2163<br
 
Small Business Set-Aside
Total Small Business
 
Description
VA261-16-R-0135: Single Award Task Order (SATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Task Order Contract (TOC) for VA San Francisco Health Care System; San Francisco Division 1. ANTICIPATED PROJECT TITLE: Repair and Replace Elevators Phase 2 2. AGENCY: Department of Veterans Affairs; Veterans Health Administration, Network Contracting Office 21 (NCO21) 3. NAICS: 236220, Commercial and Institutional Building Construction 4. CONTRACT SPECIALIST: Karen Smith, Karen.smith3@va.gov 5. PLACE OF PERFORMANCE: VA San Francisco Health Care System, 4150 Clement Street, San Francisco, CA, 94121, 6. SOLICITATION NUMBER: VA261-16-R-0135 7. DESCRIPTION: This is a competitive solicitation for a firm, fixed price Indefinite Delivery, Indefinite Quantity (IDIQ), Single-Award Task Order Contract (SATOC) that will be awarded using the Lowest Price Technically Acceptable (LPTA). The SATOC is for Repair and Replace Elevator Phase 2 for Buildings 203/ Project # 662-16-020, 208/Project# 662-16-021, 2/Project # 662-16-022, and 209/Project #662-16-023. The project will be located at VA San Francisco Health Care System Facility at San Francisco Campus, CA. The Government anticipates issuing a Single Award Task Order Contract (SATOC) Indefinite Delivery Indefinite Quantity (IDIQ) contract with a magnitude between $10,000,000 and $15,000,000 for repair/replacement of elevators in four (4) buildings at VA San Francisco Health Care System, specifically Bldg. 203, 208, 209, and 2. 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. Bldg. 203 has six elevators, Bldg. 208 has 2 elevators, Bldg. 209 has 2 elevators, and Bldg. 2 has 3 elevators. A separate task order will be issued for each building and cover all elevators within the specified building. Magnitude of each task order is between $1,000,000 and $5,000,000 Each task order will have its own period of performance for the specified building. If multiple task orders are issued, concurrent performance is required. Separate performance and payment bonds are required for each task order. 8. TYPE OF CONTRACT: FFP IDIQ contract where each project task order awarded under a TOC. 9. TYPE OF SET-ASIDE: This SATOC contract is set-aside for small business. The magnitude of this project $10 million and $15 million. The solicitation number is VA261-16-R-0138. The North American Industry Classification System (NAICS) code for this program is 236220 Commercial and Institutional building construction. The Government intends to award one IDIQ SATOC contract. 10. SELECTION PROCESS: The acquisition strategy is a competitive negotiation using the LPTA process, resulting in a FFP contract award to a single offeror who demonstrates the best value to the Government, considering all non-price (technical) and price factors. 12. SITE VISIT/PRE-PROPOSAL CONFERENCE: There will be a site visit and pre-proposal conference. The time and date will be announced in the solicitation. 13. SOLICITATION WEBSITES: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans, and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. 14. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about May 13, 2016. The Government intends to have proposals due on or about June14, 2016 and award the contract in the Summer of 2016. Actual dates and times will be identified in the solicitation. Responses to this pre-solicitation are not required. Additional details can be found in the solicitation when it is posted. 15. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror by the Government. 16. The minimum task order amount $1,000,000.00 and the maximum task order value will be $5,000,000.00. 17. POINT-OF-CONTACT: The Network Contracting Office will be the sole point-of-contact for this solicitation. The Primary Contracting Point of Contact for this solicitation is Contract Specialist, Karen Smith at Karen.smith3@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SanFVAMC/VAMCCO80220/VA26116R0135/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-16-R-0135 VA261-16-R-0135_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2690696&FileName=VA261-16-R-0135-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2690696&FileName=VA261-16-R-0135-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04092393-W 20160424/160422233819-2f38a23682254876c3a67e9397d3d65c (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.