Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2011 FBO #3569
DOCUMENT

Z -- Construction IDIQ - Attachment

Notice Date
8/31/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
VA25611RP1001
 
Response Due
9/15/2011
 
Archive Date
11/14/2011
 
Point of Contact
Travis A. Sippel
 
E-Mail Address
0-4059<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential qualified Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) set aside pursuant to 38 U.S.C section 8127 and 8128. This is not a Request for Proposal or an announcement of a solicitation and no solicitation package exists at this time. Your responses will be used solely for market research purposes of the Government. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The Department of Veterans Affairs, Overton Brooks Veteran Affairs Medical Center (OBVAMC) has a requirement for on-going facilities construction, alterations and repair of buildings, structures and other real property in Shreveport, LA. The intent of the project is to award a single or Multiple Award Task Order Contracts (MATOC) via Indefinite Delivery-Indefinite Quantity (IDIQ) general construction contracts for construction. Task orders issued under this IDIQ will only perform work under the authority of OBVAMC. The intent of this posting is to determine if there is a vendor base that can support a multiple award, vs. a single award, IDIQ and then determine if there are enough SDVOSB and VOSB to meet the target number of contractors; which will no more than three (3) SDVOSB or VOSB. The Government reserves the right to award more, less, or none at all. Description of work: Task orders placed under this contract will be construction with a possibility of minor (35% design provided by Govt.) design/build support. Work may include but is not limited to the design and the construction of various types of facilities including but not limited to, administrative, recreational, educational, religious, medical, and training type, to include ranges, as well as their corresponding support facilities. Work under this contract is solely restricted to repairs, renovations, alterations, or additions to existing facilities, such as those already cited, or infrastructure such as roads, parking, drainage systems, utility systems, and force protection. The life of the basic contract is for a base period of one (1) year with four (4) one-year option periods or $10M; whichever occurs first. The pool size (number of contracts that may be awarded) shall not exceed three (3) contractors. The pool of contractors which successfully receive an award will share the total contract ceiling of $30M. The Government will use a best value Performance Price Trade-off (PPT) evaluation process in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. The order limitation of task orders, to include the task order that will be used for evaluation purposes and award of the initial contracts, shall range between $2K and $1M. Task orders issued under this IDIQ will be firm-fixed price. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual task orders awarded for individual projects. If a MATOC is awarded, contract awardees shall compete for task orders as projects are identified in their respective localities over the life of the respective contract. Each task order will be priced individually and will include its own wage determination. These task orders will be competed among the successful awardees. ALL INTERESTED FIRMS MUST BE REGISTERED IN VETBIZ.GOV AND VERIFIED BY VA CVE AND REGISTERED IN CCR TO BE ELIGIBLE FOR AWARD OF GOVERNMENT CONTRACTS. Seed Project: A Seed Project will be identified and included in the Pre-solicitation notice. If it is determine in the Government's best interest to proceed with the solicitation. Interested sources are requested to submit an email delineating qualification, capabilities, and experience for providing these services. Sources must sufficiently demonstrate the capability to perform these services and must provide detailed experience and qualifications in all previous work pertinent to this effort. Please include your business size with your submittal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/VA25611RP1001/listing.html)
 
Document(s)
Attachment
 
File Name: VA-256-11-RP-1001 VA-256-11-RP-1001.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=245489&FileName=VA-256-11-RP-1001-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=245489&FileName=VA-256-11-RP-1001-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Overton Brooks VA Medical Center;510 East Stoner Avenue;Shreveport, LA
Zip Code: 71101
 
Record
SN02558352-W 20110902/110901001019-aa758f32f6919a88457e397334b86097 (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.