DOCUMENT
Y -- Project 852CM3037 Jefferson Barracks NC | Sewer Relocation - Attachment
- Notice Date
- 5/24/2016
- Notice Type
- Attachment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of Veterans Affairs (DVA);National Cemetery Administration (NCA);Contracting Services (43C2);425 I Street, NW 5th Floor;Washington DC 20001
- ZIP Code
- 20001
- Solicitation Number
- VA786A16B0056
- Response Due
- 7/21/2016
- Archive Date
- 9/19/2016
- Point of Contact
- Marilyn L. Rodriguez
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS PROCUREMENT IS A 100% SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) FIRMS. The Department of Veterans Affairs (DVA), National Cemetery Administration (NCA), Contracting Service Office - Washington DC, intends to solicit bid of a firm-fixed contract for Sewer Line Relocation construction at the Jefferson Barrick National Cemetery in St. Louis, Missouri under Invitation for Bid (IFB) VA786A-16-B-0056 for the following: BID ITEM I, GENERAL CONSTRUCTION: The Contractor shall furnish all labor, materials, equipment, supervision for the installation of all work shown on the plans and described in the specifications including but not limited to: sewer constriction, alterations, roads, walks grading, drainage, decorative fence and necessary removal of existing structures, construction and restoration of certain other items. Work shall include "Trenchless" pipe installation as well as conventional pipe laying work. Contractor shall be responsible for delegation design and construction of suitable trench stabilization system (excavation shoring) to limit exaction footprint, protect site improvements and provide a safe working environment for the installation of sanitary sever. The VA anticipates issuing a solicitation for a single award contract on or about June 14, 2016. Interested Offerors will be responsible for downloading their own copy of the solicitation package, drawings and subsequent amendments, if any. All interested Offerors must ensure that their firms have the ability to provide a bid guarantee and 100% Performance and Payment Bonds. The solicitation will be issued pursuant to the authority of Public Law 109-461, 38 U.S.C. 8127 and 8128. The solicitation will provide instructions to Offerors about the bid submission process. Prospective Offerors are encouraged to register their interest in the solicitation on the FBO website (https://www.fbo.gov) so that they are notified of the issuance of the solicitation and any amendments. BIDDER'S MAILING LIST: Interested parties should register for the Bidder's Mailing List at http://www.fedbizopps.gov "Interested Vendor List". Individual copies of the Bidder's Mailing List WILL NOT be prepared nor distributed by the Contracting Officer. MAGNITUDE OF CONSTRUCTION: Between $1,000,000.00 and $5,000,000.00 CONTRACT DURATION: Performance period for this requirement is approximately Three Hundred (300) Calendar Days from date of receipt of the Notice to Proceed. In accordance with FAR 52.204-7, System for Award Management, prospective contractors must be registered in System for Award Management (SAM) and registered and certified in VetBiz database is required for Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses) under the applicable NAICS Code. Contractors may obtain SAM information at https://www.sam.gov and Vet Biz information at http://www.vip.vetbiz.gov. To be eligible for award, Offerors must be registered in the System for Award Management database. Registration is free and potential offerors are encouraged to visit the SAM website as no award can be made to any offeror not registered in SAM. NAICS Code is 237990 (Other Heavy and Civil Engineering Construction) with a Small Business Size Standard of $36.5M. Contractor will be required to submit documentation that specifies the contractor in question has no more than three serious, or one repeat, or one willful OSHA or EPA violation(s) in the past 3 years and has an Experience Modification Rate (EMR) of equal to or less than 1.0. **The Contract Specialist will not be able to answer any questions to this notice until an IFB is issued. Once the IFB is issued, interested parties must submit questions in accordance with the instructions listed in the IFB. Questions will be answered through an amendment to the solicitation. **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCAVACO/VaNca101/VA786A16B0056/listing.html)
- Document(s)
- Attachment
- File Name: VA786A-16-B-0056 VA786A-16-B-0056.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2753683&FileName=VA786A-16-B-0056-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2753683&FileName=VA786A-16-B-0056-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA786A-16-B-0056 VA786A-16-B-0056.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2753683&FileName=VA786A-16-B-0056-000.docx)
- Place of Performance
- Address: Jefferson Barrick National Cemetery;2900 Sheridan Road;Saint Louis, Missouri
- Zip Code: 63125
- Zip Code: 63125
- Record
- SN04127376-W 20160526/160524234800-5f6dd5be07690de42fc4a52109134fd1 (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 |