Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2024 SAM #8177
SOLICITATION NOTICE

Z -- 657A4-22-309, REPLACE FIRE MAIN AND WATER, PB

Notice Date
4/15/2024 6:18:45 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25524R0069
 
Response Due
5/23/2024 12:00:00 PM
 
Archive Date
07/22/2024
 
Point of Contact
Cedric Graham, Contract Specialist, Phone: 913-946-1141
 
E-Mail Address
Cedric.Graham@va.gov
(Cedric.Graham@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
TITLE OF PROJECT: 657A4-22-309 Replace Fire Main and Water Storage Solicitation: 36C25524R0069 Scope of work: The General Description: Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish equipment, testing, labor and materials and perform work for the Replace Fire Main and Water Storage project at the John J Pershing VAMC facility as required by drawings and specifications. All project work shall be installed in accordance with all applicable standards available at time of installation to include published commercial specifications as well as standards and preferences expressed in this document. All installation details shall be fully coordinated with VA CO and on-site Contracting Officer s Representative (COR). Period of Performance for all work is 720 calendar days. The facility location is the John J. Pershing VA Medical Center, 1500 North Westwood Blvd., Poplar Bluff, Missouri 63901. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, this procurement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated cost magnitude is between $5,000,000 and $10,000,000. The North American Industry Classification Code (NAICS) for this procurement is 236220 with a small business size standard $45.0 million. The duration of the project is estimated to be 720 calendar days after receipt of notice to proceed. This completion period includes final inspection and clean-up. Award will be made utilizing the Best Value Lowest Price Technically Acceptable Source Selection Process in accordance with Federal Acquisition Regulation (FAR) 15.101-2. The successful prime contractor must perform no less than 15 percent of the General Construction labor for NAICS Code 236220. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. The offeror is responsible to monitor and download any amendments from System of Award Management (SAM) Business Opportunities (https://sam.gov/) website, which may be issued to this pre-solicitation. In accordance with VAAR 852.219-75(a)(1)(ii), in the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in VAAR 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in VAAR 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. In accordance with FAR 52.204-7, registration in SAM is required and in accordance with FAR 2.101, prospective contractors must be registered in SAM (System of Award Management) under the applicable NAICS. Additionally, in accordance with the Veterans Affairs Acquisition Regulation (VAAR) 802.101, VIP Registration prospective (SDVOSB) and (VOSB) contractors must be registered in the VIP database which is now the Veteran Small Business Certification (VetCert) under the applicable NAICS. Firms may obtain SAM- information at http://www.SAM.gov and VIP information at Veteran Small Business Certification (sba.gov). The solicitation package and drawings should be available for download on or before April 22, 2024, and the proposal due date will be on or about May 23, 2024. An organized site visit will be scheduled, and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to cedric.graham@va.gov and ensure that the subject line reads, Project 657A4-22-309 Replace Fire Main and Water Storage. END OF NOTICE
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/664c8ee4efac4b5a90ad22a0c5c5e3b9/view)
 
Place of Performance
Address: John J. Pershing VA Medical Center 1500 N. Westwood Blvd., Poplar Bluff 63901, USA
Zip Code: 63901
Country: USA
 
Record
SN07030594-F 20240417/240415230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.