Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2017 FBO #5550
DOCUMENT

Y -- Renovate and Expand Sterile Processing Services (SPS) to Correct Functional Deficiencies - Attachment

Notice Date
1/31/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
 
ZIP Code
20422
 
Solicitation Number
VA24517Q0050
 
Response Due
3/20/2017
 
Archive Date
6/27/2017
 
Point of Contact
FLORA TAYLOR
 
E-Mail Address
ADMINISTRATIVE CONTRACT SPECIALIST
(flora.taylor2@va.gov)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
PRE-SOLICITATION NOTICE for Renovate and Expand Sterile Processing Services (SPS) to Correct Functional Deficiencies; Project # 688-14-003 at the Washington DC VAMC, 50 Irving St NW, Washington, DC 20422: Contractor shall provide all labor, materials, equipment and supervision as necessary to complete Project #688-14-003 as outlined in the contract specifications and shown on the contract drawings. The project will not only consist in a renovation of approximately 14,200 SF, but also providing new permanent medical equipment for the new SPS and renting a temporary SPS trailer required to relocate SPS functions during the renovation of the area. The work includes but it is not limited to interior renovation of existing flooring, ceiling, wall finishes and related Mechanical, Electrical and Plumbing work necessary for a complete renovation. The Contract Duration is 365 calendar days from contract award. TYPE OF CONTRACT AND NAICS: This RFP will be one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220. Size Standard is $36.5 Million. TYPE OF SET-ASIDE: This acquisition will be a Veteran Owned Small Business (VOSB) and or Service Disabled Veteran Owned Small Business (SDVOSB) set aside. SELECTION PROCESS: This is single phase procurement. The proposals will be evaluated using a Lowest Price Technically Acceptable. The award will be made on the basis of the lowest price technically acceptable responsible and responsive offeror. The information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government as follows: Project Experience; Project Personnel Experience; Competence; Past Performance; and Price and other sub categories. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Management Plan, and Price. DISCUSSIONS: Government intends to award without discussions, but reserves the right to request presentations if we choose. CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204 the magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about the16 February 2017. Details regarding the Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http:// www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov, and verified in www.vip.vetbiz.gov/ to be eligible for a Government contract award. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Flora Taylor, at flora.taylor@va.gov This announcement serves as the Advance Notice for this project. Responses to the synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACNAC/VACNAC/VA24517Q0050/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-17-Q-0050 VA245-17-Q-0050.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3244910&FileName=VA245-17-Q-0050-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3244910&FileName=VA245-17-Q-0050-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04386022-W 20170202/170131234451-572fd8c70392da16dd5fc2ac4c5d6ebf (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.