Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2018 FBO #6119
DOCUMENT

Z -- 657A4-17-905, REPLACE BOILERS Bldg 7 PRE-BID AGENDA AND SIGN IN SHEET - Attachment

Notice Date
8/23/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
36C25518R0547
 
Response Due
9/14/2018
 
Archive Date
12/13/2018
 
Point of Contact
Michael J Bottary
 
E-Mail Address
6-1142<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-PROPOSAL CONFERENCE OUTLINE Introduction Good morning, thank you for taking the time to attend this pre-bid conference. Today we will first discuss contractual issues, then we will discuss technical issues, entertain questions, and finally conduct a walk through of the areas. Before we cover the issues, let me first introduce myself and the Government staff. CO Mike Bottary COR Jerimiah Benoit Other VA staff - ___________________________________ I. Contractual Issues 1. General: (a) Project Title: Project 657A4-17-905, REPLACE BOILERS Bldg 7. (b) Cost Range: $1,000,000 to $5,000,000 (c) Completion Time: 270 days after receipt of notice to proceed. Questions are due in writing to the Contracting Officer by 2:00 pm on August 29, 2018. The email address is listed in the solicitation. Bids are due September 14, 2018 by 2:00 PM at the NCO 15 office at 3450 S. 4th Street, Leavenworth, Kansas 66048-5012. If the proposal does not reach our office in time, it cannot be accepted for any reason. If the proposal is delivered to the Poplar Bluff VA medical center or it ends up at the Leavenworth VA Medical Center, it cannot be accepted. Fax or electronically sent bids are NOT acceptable. The project is 100% set aside for Service Disabled Veteran Owned Small Business. The successful prime contractor will be required to perform no less than 15 percent of the construction labor. Award will be made using the LOWEST PRICE TECHNICALLY ACCEPTABLE Source selection process outlined in FAR Part 15. Please pay particular attention to the proposal submittal instructions of the solicitation package. The Government plans to award without discussions. Bidders must provide a breakdown of labor and material costs by division for each bid item in the solicitation. Failure to provide a breakdown of labor and materials with the bid will render the bid technically unacceptable. Failure to acknowledge any and all amendments issued to this solicitation shall be cause for rejection of the offer. Failure to provide information is the most common reason for a proposal to fail technically. Bidders are encouraged to read the Factors for technical acceptability carefully. For example: Under Factor 5, Quality Management Program will be evaluated for its processes, practices, and procedures.( Contractor s ability to maintain and follow construction schedules) if this is not mentioned in detail, the proposal will fail technically. Bidders are responsible for providing the information requested in the solicitation for both price and technical factors. Failure to provide an adequate Quality Control Plan which addresses the minimum standards for compliance under Factor 5 can be a technical failure. The calculation of Self-Performed and/or Subcontracted Work must be provided with the Contractor proposal (bid). Failure to provide this will be a technical failure. The pre-award Contractor Safety and Environmental Record Evaluation Form must be provided with the proposal (bid). Failure to provide this information will be a technical failure. 2. Disclaimer Statements: (a) Remarks and explanations at the conference shall not qualify the terms of the solicitation. (b) Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. 3. Bonds: (a) A bid Bond in the amount of 20% must accompany your BID. (b) After award of the contract a Payment Bond and a Performance Bond in the amount of 100% of the contract value are due prior to a Notice to Proceed Letter being issued. 4. Buy American Act: The solicitation is subject to the Buy American Act, and it generally requires the use of American made products. Please keep this in mind when you are providing product submittal data. 5. Davis-Bacon Act/ Service Contract Act: All labor performed under this contract is subject to the Davis-Bacon Act and related labor laws, to include the payment of at least the amounts shown in the wage determination in the solicitation. 6. Other Contracting Topics: (a) The purchase of material for this project is exempt from state sales tax. A Missouri Tax exempt certificate will be issues after contract award. (b) The contractor is expected to maintain insurance coverage during the contract period as directed in the specifications. (c) Progress payments will be made no later than 15 days after receipt of an acceptable invoice. (d) There are 2 important submittals that we need at contract start-up. They are the Schedule of Values, and a Construction Schedule. 6. Questions: Are there any questions involving the general provisions of the solicitation pages? II. Technical Issues The Project Engineer will provide an overview of the project. After this, a walk through of the site will be held. ATTENDANCE ROSTER PURPOSE: Pre-Proposal Meeting SOLICITATION NUMBER: 36C25518R0547 PROJECT TITLE: Project Project 657A4-17-905, REPLACE BOILERS Bldg 7. DATE/TIME: August 22, 2018 @10:00 am PLACE: Department of Veteran Affairs, Poplar Bluff, MO Name Company Telephone/Email _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________ _________________ ______________________ Tele:______________________ Email:_____________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518R0547/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25518R0547 36C25518R0547_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557067&FileName=36C25518R0547-010.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557067&FileName=36C25518R0547-010.docx

 
File Name: 36C25518R0547 S04 657A4-17-905 Replace Boilers in B7 Sign In Sheet.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557068&FileName=36C25518R0547-011.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557068&FileName=36C25518R0547-011.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05054026-W 20180825/180823231842-24a2e47258b926742613b0e4a4e46659 (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.