Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2025 SAM #8454
SOLICITATION NOTICE

Z -- 619-20-103 | Correct FCA Deficiencies in Boiler Plant, Building #14

Notice Date
1/17/2025 8:48:49 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24725R0071
 
Response Due
2/4/2025 10:00:00 AM
 
Archive Date
05/14/2025
 
Point of Contact
Ryan Crispin, Contract Specialist, Phone: (706) 231-7600
 
E-Mail Address
ryan.crispin@va.gov
(ryan.crispin@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
THIS PRESOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. CONSTRUCTION SERVICES 1. This acquisition is a 100% set aside for Certified� Service-Disabled Veteran-Owned Small Businesses. a. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified in VAAR Clause 852.219-73, VA Notice of Total Set-Aside for� Certified� Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION). b. Prospective Contractors must comply with VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION). In the case of a contract for General Construction Contractors, 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 852.219-73. Any work that a similarly situated 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. c. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, must be certified and listed in the SBA certification database (https://veterans.certify.sba.gov/) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualification. For a Joint Venture to be considered eligible as an SDVOSB, the joint venture� 13 CFR 128.402 and the managing joint venture partner make the representations under paragraph (c) of this clause.� A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph 852.219-73(d) of the clause will be performed by the aggregate of the joint venture participants. Failure of a prospective SDVOSB to meet these certification requirements by the SBA shall result in elimination from consideration. Firms are required to report to VETS -4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at https://www.dol.gov/agencies/vets/programs/vets4212. 2. CONTRACT INFORMATION: A Firm Fixed Price Construction contract is contemplated for: Project No./Title: 619-20-103 | Correct FCA Deficiencies in Boiler Plant, Building #14 Work Location: CAVHCS West Campus, Montgomery AL. Magnitude of Construction: Between $10,000,000 and $20,000,000. Estimated/target Completion Period: 915 calendar days after issuance of Notice to Proceed. NAICS code for this acquisition is 236220, Commercial and Institutional Building Construction, with a size standard of $45 million. 3. PROJECT INFORMATION/STATEMENT OF TASK: The government requires a broad range of professional and technical consultative assistance related to operations, renovation, and commissioning for Project 619-20-103_ Replace Boilers in Boiler Plant, building #14. This includes assistance in the areas of project management, project engineering, planning, scheduling, code compliance, testing, record keeping, quality control, cost control, and general oversight of boiler installation. The Architect and Engineering (AE) firm has submitted a 100% final draft of the proposed project. This assistance will include post plan review to verify the accuracy of the Design Concept Plans, Project Cost Estimates, Project Schedules, and Technical Specifications for each phase of the project. The Contractor will assign a Project Manager who will coordinate all services to be performed for the facility and will be responsible for the management of all Contractor Employees assigned to the facilities boiler project. The Contractor will provide to the Contracting Officer's Representative (COR) monthly breakdown of the hours spent on project 619-20-103_ Correct FCA Deficiencies in Boiler Plant, building #14. Selection Criteria: This requirement will be procured utilizing the Trade-Off Source Selection process, providing the best value to the Government. Submission Criteria/Requirements: Solicitation 36C24725R0071, (including any/all relevant documents, specifications and drawings), will be posted on or about February 27, 2025, to https://sam.gov/ under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It will be the responsibility of the offeror to verify the number of amendments issued. Site Visits: A pre-proposal site visit will be held. Date and time will be announced in the solicitation. This project had a Sources Sought posted under 36C24724R0040.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0de55ab6ef2f4e4d9ef8b995f3920628/view)
 
Place of Performance
Address: Department of Veterans Affairs CAVHCS - West Campus 215 Perry Hill Rd, Montgomery 36109
Zip Code: 36109
 
Record
SN07316688-F 20250119/250117230103 (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.