Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 21, 2018 FBO #6176
DOCUMENT

Y -- Sources Sought Notice for Service Disabled Veteran Owned Small Buinesses (SDVOSB), Veteran Owned Small Business (VOSB) and Small Business (SB) construction contracting firms. - Attachment

Notice Date
10/19/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veteran Affairs;NCA Contracting Service;75 Barrett Heights Rd, Suite 309;Stafford, VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78619R0010
 
Response Due
11/9/2018
 
Archive Date
1/8/2019
 
Point of Contact
Joselito Roman
 
E-Mail Address
8-7213<br
 
Small Business Set-Aside
N/A
 
Description
PURPOSE: This Sources Sought/Request for Information notice is being issued by the VA National Cemetery Administration (NCA) for Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and Small Business (SB) construction contracting concern. NOTICE:   This Sources Sought/Request for Information is issued for information and planning purposes to determine if qualified, experienced, SDVOSB, VOSB, and SB construction contracting concern, who are verified in the above categories, are interested in participating in a future multiple award ID-IQ job order contract with the VA National Cemetery Administration (NCA). This is not a Request for Proposal (RFP).   This notice must not be misconstrued as a commitment by the Government to issue a solicitation or ultimately award a contract.   Responses will not be considered as proposals nor will any award be made in response to this Sources Sought Notice/Request for Information.   The NCA will NOT be responsible for any costs incurred by interested parties in responding to this request.   The notice is issued for planning purposes only. PROJECT DURATION:   The proposed period of performance for the Construction Job Order IDIQ Contract is for five (5) years consisting of one (1) 12-month base year and four (4) twelve (12) month option years. The estimated maximum dollar value of this procurement, including the base performance period and all options is approximately $25,000,000   LOCATIONS: Veteran Affairs, National Cemetery Administration Cemeteries dispersed throughout the U.S. See District Map located at https://www.cem.va.gov/cems/listcem.asp for specific locations of each individual National Cemeteries. Additional, a Map of each District location is also provided below: North Atlantic District South East District Continental District Midwest District Pacific District *The information requested by this Sources Sought/RFI will be used by NCA to facilitate decision making and will not be disclosed outside the Agency*. Responses are invited from SDVOSB/VOSB/SB concerns that possess the following North American Industry Codes (NAICS), to provide Indefinite Delivery, Indefinite Quantity construction related work at VA National Cemeteries. For clarification, the NCAs goal will be to establish contracts with general contractors who have the capacity to manage a diverse portfolio of project requirements as covered by the cursory list of NAICS Codes listed below with potential primary NAICS Codes identified as 236220 and or 237990 respectively. 221310- Water Supply and Irrigation Systems- $27.5M 237130- Power and Communication Line and Related Structures Construction- $36.5M 237310- Highway, Street, and bridge Construction- $36.5M 238110- Poured Concrete foundation and Structure Contractors- $15M 238120- Structural Steel and Precast Concrete Contractors- $15M 238140- Masonry Contractors- $15M 238160- Roofing Contractors- $15M 238190- Other Foundation, Structure, and Building Exterior Contractors- $15M 238210- Electrical, heating, and Other Wiring Installation Contractors- $15M 238220- Plumbing, Heating, and Air-Conditioning Contractors- $15M If responding, each concern must highlight the capacity to provide services within a geographical area, nationwide, or other conditions unique to  the region of their proposal. The NCA is also seeking input from industry regarding the geographic distribution of potential contracts to maximize and promote efficiency for the contractor(s) and the Agency, to include competition. Description of Services: These services may include, but may not be limited to minor construction and nonrecurring maintenance construction projects between $10,000 and not to exceed $500,000.00 per task order. Requested Information Identify the firm s status in accordance with Federal Acquisition Regulation (FAR) Part 19, as a Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB) or Small Business (SB) based upon the firms corresponding North American Industry Classification System code(s) indicated. Provide a copy of VA SDVOSB/VOSB vendor verification. State the firm's name, address, DUNS or CAGE No, and primary point of contact to include phone number and email. Verification that Bonds can be secured at a maximum of $500,000? Provide recent Government Audit information or a statement highlighting that one was not conducted. Identify the firms option(s), as covered below, with a rationale describing why the firm and the proposed option(s) will be the most efficient distribution of contracts that will maximize efficiency in terms of cost and performance. Option Considerations: A National multiple award contract Multiple award contracts encompassing two to three regions with (4) to (5) awardees. Multiple award contracts within each of the NCAs Districts: North Atlantic, Southeast, Midwest, Continental, and Pacific. Firms are also invited to suggest an alternative to the above options with a rationale as to why and how the recommended option would provide greater efficiency and competition. Provide a capabilities statement which describes the firm s in-house capabilities to accomplish the general scope of work as a prime contractor, whether individually or through a formal joint venture, teaming agreement to include overall bonding capacity. The information should also address the firm s ability to accomplish work across the U.S. or only within a geographical area (see a d above). Provide a synopsis of construction projects of similar size and scope as described in the brief description of projects covered under the NAICS codes listed above, please provide the following information on your three most recent projects: Also indicate if your firm was previously and or actively participating on a multiple award contract. (a) Contracting agency address and contracting officer s name and telephone number. (b) Contract Number, date and amount of award, date of completion. (c) Was your company the prime or a subcontractor? If you were a subcontractor provide the company name, telephone number, and a point of contact of the prime contractor. (d) Description of items/services provided under the contract. (e) If any bonding was provided, what was the amount of bonding? (f) If performance was as a subcontractor, please provide the name, address and telephone number of the point of contact of the prime contractor. (g) State whether there were any performance issues under the contract which resulted in the issuance of a Cure Notice or Show Cause Notice by the contracting officer. Please Take Note: In addition to the above, interested parties must provide a positive statement of interest in submitting a proposal as a prime contractor to the Federal Government (NCA) based on the general description covered in this notice. Interested contractors must also be registered not later than date of proposal submission in the System for Award Management (SAM) database at https://www.sam.gov and Vendor Information Pages (VIP) at Vetbiz.gov web portal https://www.vip.vetbiz.gov/default.asp. Documentation supporting your business size status and overall bonding capacity shall be submitted with your package. Submit no later than November 09, 2018 3PM EST to: Joselito Roman Department of Veteran Affairs NCA Contracting Service 75 Barrett Heights Rd, Suite 309 Stafford, VA 22556 Office#: 540-658-7213 Email: Joselito.Roman@va.gov End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619R0010/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78619R0010 36C78619R0010.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4643346&FileName=36C78619R0010-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4643346&FileName=36C78619R0010-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05129839-W 20181021/181019230430-3387ab234064553953fbcddef3d4cb38 (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.