MODIFICATION
Y -- MAJOR CONSTRUCTION MASSACHUSETTS NATIONAL CEMETERY
- Notice Date
- 8/5/2005
- Notice Type
- Modification
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of Veterans Affairs;National Cemetery Administration;Construction Support Division (41D3B);810 Vermont Avenue, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA-786A-05-RI-0007
- Response Due
- 8/16/2005
- Archive Date
- 10/15/2005
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- DEPARTMENT OF VETERANS AFFAIRS NATIONAL CEMETERY ADMINISTRATION CONSTRUCTION SUPPORT DIVISION (41D3B) 810 VERMONT AVE., NW WASHINGTON, DC 20420 PHONE: (202) 565-4220 FAX: (202) 565-4211 AUGUST 1, 2005 TO: SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES SUBJ: POTENTIAL ACQUISITION OPPORTUNITY - CONSTRUCTION PROJECT AT THE MASSACHUSETTS NATIONAL CEMETERY, BOURNE, MA This e-mail message is being sent to all Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) registered in the Vendor Information Pages (VIP) at the Vetbiz.gov web portal (www.vip.vetbiz.gov/default.asp), and SDVOSBs registered in the Central Contractor Registration (CCR) database (www.ccr.gov), with North American Industry Classification System (NAICS) Code 237990. Please e-mail your response to this message to Ms. Diane Campbell, no later than 2:00 p.m., EST, Friday, August 12, 2005, at the following address: vacocampbd1@mail.va.gov or to Michael Hannum at Michael.hannum@mail.va.gov Public Law 106-50, the Veterans Entrepreneurship and Small Business Development Act of 1999 established a statutory Government-wide goal that 3 percent of all Federal procurement dollars be spent with SDVOSBs. In an effort to enhance opportunities for SDVOSBs and increase the U.S. Department of Veterans Affairs (VA) accomplishments in this important socioeconomic category, VA's National Cemetery Administration is performing preliminary market research to gauge the level of interest and capabilities of SDVOSBs with regards to an upcoming acquisition for Construction Services at the National Cemetery in Bourne, MA. The findings of the preliminary market research will be used in considering a 100% set aside for SDVOSBs, pursuant to the set-aside authority contained in Public Law 108-183, the Veterans Benefits Act of 2003, as implemented in Federal Acquisition Regulation (FAR) Subpart 19.14. NAICS code for this acquisition is 237990. The Size Standard is $28.5 Million. The magnitude of this project is between $2,000,000 and $5,000,000. Project is subject to the availability of funds. BRIEF DESCRIPTION OF PROJECT: Contractor shall provide for expansion and improvements to the Massachusetts National Cemetery, Bourne, MA as per the contract specifications and drawings that will be provided. Performance period is approximately 18 months or 545 calendar days from date of receipt of Notice To Proceed. This will include multiple 14 day move/occupy time. Work includes, but is not limited to: Site preparation, erosion control, roadways, precision grading, drainage, landscaping, signage, irrigation, water systems, utilities, environmental protection, surveying, demolition, and buildings. New buildings include, but are not limited to: Concrete work, framing, finishes, built-ins, electrical, mechanical, voice/data systems, plumbing, HVAC, roofing, and the like. Furniture is not included in this proposed contract. NOTES: 1. Project includes specific phasing of demolition and new work. Each phase shall be completed, accepted and occupied before subsequent phase starts. 2. Contractor shall include 14 calendar days of limited work between each of the multiple phases of work so that NCA can vacate and/or occupy the completed phases. 3. Work on other items can proceed independent of the phased building work. All project work is not subject to the 2 week move/occupancy requirement. Refer to contract documents. 4. Bids will include alternate Deducts that are sequenced as per NCA priority, and are cumulative. Refer to bid documents for instructions. REQUIRED RESPONSES: Your review of this information and response to the following questions will be very helpful in determining if this acquisition may be set-aside exclusively for competition among SDVOSBs. Please review the specifications and technical requirements carefully before responding to this e-mail. If the question is not applicable, please indicate "N/A" in your reply to that question: (1) Has your firm, as a prime contractor, whether individually or through a formal joint venture or teaming agreement, or under subcontract to a Federal prime contractor, provided construction services for projects of similar size and scope as described in the brief description of project above? Reply (1): (2) If your response to question (1), above, is yes, please provide the period covered by the contract, the contracting agency name, address and telephone number of the contracting officer, and whether your firm performed as a prime contractor or as a subcontractor. If performance was a subcontractor, please provide the name, address and telephone number of the point of contact at the prime contractor. Reply (2): (3) Please list all current contracts and amount of bonding provided for each contract. Reply (3): (4) If your responses to (1), (2) or (3) above is in the affirmative, please provide the prices paid to your firm by the Federal Government or the Federal Government's prime contractor for construction services. If services were performed by your company for a commercial contractor, please indicate prices paid to your firm by the company. Reply (4): (5) If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime Federal, have you provided construction services to commercial sources? If so, please provide the specifics in terms of the largest customers of these services. If any bonding was provided, what was the amount of bonding? Please include any information relevant to any potential difficulties you note with complying fully with the Statement of Work and specifications. Reply (5): (6) In order to determine if an acquisition can be set-aside for SDVOSBs, the contracting officer must determine that there are a sufficient number of SDVOSBs capable of performing the contract requirement and that award can be made at a reasonable, fair market price. To that end, please provide your firms individual and aggregate contract bonding capacity. Reply (6): (7) If your firm, either individually or as a formal joint venture or under a formal teaming arrangement, has held a Federal contract please provide the following information (if there are more than three such contracts, please provide the information for the three most recently completed acquisitions): (a) Contracting Agency Address & contracting officer's name and telephone number. (b) Contract Number, date and amount of award, date of completion (c) Description of Items/Services provided under the contract. (d) State whether or not 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. Reply (7): (8) Please provide references from those customers that have an ongoing relationship with your firm, the construction services purchased by these customers, and the estimated value and magnitude of these contractual arrangements (9) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics. Reply (9): (10) Has your firm, or any firm that you would potentially joint venture or team with for a large acquisition of construction services or for any acquisition ever bid on a Federal acquisition and been determined non-responsible by the contracting officer and the U.S. Small Business Administration (SBA) failed to issue a Certificate of Competency (COC) to your firm or teaming partners when the matter was referred to SBA for review and consideration? Reply (10): Please e-mail your responses and any relevant information regarding specific performance or other qualifications regarding the construction services requested, no later than August 12, 2005 to Ms. Diane Campbell, at: vacocampbd1@mail.va.gov or Michael Hannum at Michael.hannum@mail.va.gov. Do not send hard copy advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this construction project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Although responses are not required, the information will be helpful in assisting this office, as SDVOSB advocates, in trying to influence the acquisition strategy for the construction project in Massachusetts by ensuring maximum practicable opportunities for SDVOSBs. This is not a solicitation and should not be construed as such. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a SDVOSB set-aside or SDVOSB sole source award, or any other guarantee of award or acquisition strategy. Thank you for your time in responding to this e-mail, as well as for your service and sacrifice in the preservation of freedom.
- Place of Performance
- Address: Massachusetts National Cemetery;"Off Connery Avenue";Bourne, Massachusetts
- Zip Code: 02532
- Country: USA
- Zip Code: 02532
- Record
- SN00863370-W 20050807/050805212041 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |