DOCUMENT
Y -- New York/New Jersey VISN 3 Wide IDIQ for Construction - Attachment
- Notice Date
- 4/9/2013
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (10N3\NCO);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24313R0408
- Response Due
- 6/30/2013
- Archive Date
- 9/28/2013
- Point of Contact
- Jerry Borowka
- E-Mail Address
-
0-2835<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PRE-SOLICITATION NOTICE: The Department of Veterans Affairs, Veterans Integrated Service Network (VISN3) intends to issue a Request for Proposal (RFP) for Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) for construction, alterations, and repair of buildings, structures and other real property throughout VISN 3. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, and other related work. All will be in accordance with individual task order requirements, specifications and drawings (if available) are provided with each project or master specifications. Prospective contractors must be able to respond within 120 minutes (2 hours) to emergencies via the main office or a staffed satellite office. This is a Service Disabled Veteran Owned Small Business (SDVOSB) set aside. SDVOSB offeror's may provide proposals for one or all locations without prejudice. The government anticipates award of an estimated maximum of fifteen (15) individual IDIQ contracts for VISN 3, providing sufficient qualified contractors submit offers. The small business size standard is $33.5 million (Construction NAICS 236220) average annual revenue for the previous three years. All qualified firms may submit an offer. These anticipated contracts will consist of a Base Contract Period of one (1) calendar year and 4 one-year option periods. Total contract period, including options, shall not exceed five (5) calendar years. Delivery Orders will range from $2,000.00 to $3,000,000.00. The total of all individual task orders placed against the contract shall not exceed $10,000,000.00 to any one contractor. The selection process will be conducted in accordance with FAR Part 15.101-2 source selection procedures. It is anticipated that the solicitation will be available on or about June 1, 2013. A Pre-proposal conference will NOT be conducted, but questions will be addressed in accordance with solicitation section IC&N.6. Interested contractors are expected to fully understand all requirements of the solicitation and are encouraged to submit RFI's to clarify and explain the concepts, specifications, terms, and conditions of this solicitation. The solicitation closing date is anticipated to be July 1, 2013. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at: http://www.fbo.gov/. Interested offeror's must be registered in the SAM database to be eligible for a contract award.. Firms can register via the Internet at https://www.sam.gov/portal/public/SAM/ or by contacting the SAM Customer Service at 1- 866-606-8220; and are required to submit their representations and certifications on-line (ORCA) through SAM. Additionally, in accordance VAAR 819.7003 (e), "At the time of submission of an offer, previously verified SDVOSB/VOSB firms identified by the Center for Veterans Enterprise (CVE) as currently undergoing the SDVOSB/VOSB re-verification process are eligible for Fast Track. Only Offeror's meeting this criteria, at the time of submission of proposal, will be considered responsive. Visit www.vip.vetbiz.gov for details. Hardcopies (paper-sets), CD-ROM of the solicitation or the planholder's list will not be provided by the Government. NO telephone requests will be accepted. This solicitation is an RFP and there will not be a formal public bid opening. All inquiries must be in writing, via email to jerry.borowka@va.gov no later than five (5) business days prior to the closing date. All answers will be provided in writing via posting to http://www.fbo.gov/. DISCLAIMER: The official solicitation will be located on the official government web page http://www.fbo.gov/and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.fbo.gov/ for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24313R0408/listing.html)
- Document(s)
- Attachment
- File Name: VA243-13-R-0408 VA243-13-R-0408_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=694750&FileName=VA243-13-R-0408-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=694750&FileName=VA243-13-R-0408-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-13-R-0408 VA243-13-R-0408_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=694750&FileName=VA243-13-R-0408-000.docx)
- Place of Performance
- Address: VISN 3
- Zip Code: 10468
- Zip Code: 10468
- Record
- SN03031932-W 20130411/130409234412-8a502e32ddab0e218209d9feb10f81e7 (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 |