Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2018 FBO #6070
DOCUMENT

J -- PROJECT 629-15-103 Upgrade Existing Camera Monitoring System - Attachment

Notice Date
7/5/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531
 
ZIP Code
39531
 
Solicitation Number
36C25618R0779
 
Response Due
8/27/2018
 
Archive Date
10/26/2018
 
Point of Contact
Beth A Cook
 
E-Mail Address
3-4371<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This procurement will be issued as a 100% Set-Aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) through Request for Proposal (RFP) procedures under FAR 15 and other FAR Parts and Subparts as applicable. The Southeast Louisiana Veterans Health Care System (SLVHCS) has a requirement to UPGRADE SECURITY CAMERA SYSTEMS FOR THE SOUTHEAST LOUISIANA VETERANS HEALTH CARE SYSTEM (SLVHCS) COMMUNITY BASED OUTPATIENT CLINICS (CBOCs) located in Baton Rouge, Louisiana, Slidell, Louisiana, Hammond, Louisiana, Reserve, Louisiana, and connections to New Orleans, Louisiana. The tentative date for issuing the RFP is on or around July 27, 2018, with offers due approximately 30 calendar days on or around August 27, 2018 (the RFP will state the exact time/date that offers are due). The anticipated contract award date is approximately 20 calendar days or less after receipt of offers. The Contract Performance Period is 150 days after issuance of the Notice to Proceed. See attached DRAFT STATEMENT OF WORK for locations of work. The contractor shall provide all labor, materials, tools, equipment, expertise, administration, supervision, transportation, and anything else necessary to perform all work as described in the project Statement of Work, Drawings, and Specifications. NAICS Code 236220 is applicable to this RFP and the Small Business Size Standard is $36.5M. The Construction Cost Range for this project (Magnitude of Construction) is between $250,000.00 and $500,000.00. Interested offerors are asked to please first read over the RFP and all of its associated attachments/documents in their entirety prior to forwarding any questions to the Contracting Officer. A cut-off time/date for receipt of questions will be established and listed in the RFP as well as a time/date for the scheduled Site Visit. Only one Site Visit will be conducted and no requests for additional Site Visits or make-up Site Visits will be granted. The RFP number for this project is 36C25618R0779. The RFP will be posted and can be downloaded (without charge) from the Federal Business Opportunities (FBO) website (https://www.fbo.gov/). Amendments to this RFP will not be mailed, but will be posted at the FBO website. Offerors are responsible for obtaining the RFP (and associated documents/attachments) from the FBO website and for acknowledging all Amendments to the RFP. It is the responsibility of all interested offerors to check the FBO website as necessary for any Amendments to the RFP (to include the day offers are due). SOURCE: https://www.fbo.gov. In accordance with VAAR 819.7003 Eligibility, at the time of submission of an offer, the offeror must represent to the Contracting Officer that it is an SDVOSB concern, that it is a small business concern under the NAICS Code assigned to the acquisition, and that it is verified for eligibility in the Vendor Information Pages (VIP) database on the U.S. Department of Veterans Affairs Office of Small & Disadvantaged Business Utilization s VIP website (https://www.vip.vetbiz.gov/) and have the Center for Veterans Enterprise (CVE) Verifications Icon/Seal/Logo. To be considered for award, SDVOSB concerns must be registered and verified in the VetBiz Registry as an SDVOSB and have the Center for Veterans Enterprise (CVE) Verifications Icon/Seal/Logo. SDVOSB concerns must also be registered in the System for Award Management (SAM) database. Information on the VetBiz Registry and CVE Verification can be found at http://vip.vetbiz.gov/. Information on SAM Registration can be found at https://www.sam.gov. Please see attached DRAFT Statement of Work for consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/36C25618R0779/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618R0779 36C25618R0779_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4460093&FileName=36C25618R0779-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4460093&FileName=36C25618R0779-000.docx

 
File Name: 36C25618R0779 P09 DRAFT SOW 6-12-18.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4460094&FileName=36C25618R0779-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4460094&FileName=36C25618R0779-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04980857-W 20180707/180705230713-9e411d22cedd1e58fa7ba641b6f247fe (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.