Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2015 FBO #4962
DOCUMENT

Z -- Design-Build Renovate Public Restrooms in Building 160 and Building 200 at the James H. Quillen VA Medical Center Mt. Home, TN - Attachment

Notice Date
6/23/2015
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915R0516
 
Response Due
8/7/2015
 
Archive Date
11/14/2015
 
Point of Contact
Craig S. Ziegemeier
 
E-Mail Address
ziegemeier@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A PRE-SOLICIATION NOTICE - The Department of Veterans Affairs, James H. Quillen VA Medical Center Mountain Home, TN is preparing to issue a Request for Proposal (RFP) for a two-phase design-build contract to Renovate Public Restrooms in Building 160 and Building 200: Project # 621-15-115 Renovate Public Restrooms in Building 160 and Building 200 SET-ASIDE: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) PROJECT MAGNITUDE: Between $100,000.00 and $250,000.00. NAICS: 236220 - Commercial and Institutional Building Construction SMALL BUSINESS SIZE STANDARD: $36.5 million Phase I Estimated Solicitation Date: July 8, 2015 Phase I Estimated Response Date: August 7, 2015 PROJECT OVERVIEW: The Two-Phase Design-Build project will renovate approximately 800 square feet of existing space on the first floor of Building 200 and on the second floor of Building 162 at the James H. Quillen VA Medical Center. The project will require developing design documents based on provided schematic drawings/finish plans to include all architectural, mechanical, electrical, and plumbing drawings to complete required work. The design-build contractor will provide all technical design and construction services, supervision, labor, material, tools, and equipment necessary for a complete engineering and construction project for the public restrooms detailed in Building 200 and 160. Anticipated completion time from Notice to Proceed is 180 calendar days. The Two-Phase Design-Build solicitation and evaluation process shall be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3 (Two-Phase Design-Build Selection Procedures). The issued RFP shall set forth the requirements for responding to Phase I of the solicitation, as well as all technical evaluation factors and sub-factors for both Phase I and Phase II. At the closing date of the Phase I solicitation, the government shall evaluate responsive proposals received in response to Phase I of the solicitation to short-list no more than three (3) contractors for Phase II. Only those successful firms selected as a result of Phase I evaluations will be requested to submit technical and pricing proposals for Phase II. Phase II proposals shall be evaluated in accordance with the Phase II Evaluation Process. Technical evaluation factors and proposal submission instructions will be posted in the solicitation. This requirement is a 100% set-aside for Service Disabled Veteran Owned Small Businesses under the authority of 38 U.S.C. 8127(d). To be eligible for award the SDVOSB must be considered small under the relevant NAICS code. SDVOSB contractors must be verified and viewable in VetBiz www.vip.vetbiz.gov prior to submission of proposal and prior to award of contract. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Eligible SDVOSB concerns must also be registered at the following websites: System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/ VETS100/100A Report must be complete: http://www.dol.gov/vets/vets-100.html The solicitation is anticipated to be posted to the Federal Business Opportunities (FedBizOpps) website www.fbo.gov on or about July 8, 2015. Important Notice: Prior to submitting a proposal under this SDVOSB set- aside solicitation; offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915R0516/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-R-0516 VA249-15-R-0516.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2125305&FileName=VA249-15-R-0516-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2125305&FileName=VA249-15-R-0516-000.docx

 
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: James H. Quillen VA Medical Center;Corner of Lamont & Veterans Way;Mountain Home, TN 37684
Zip Code: 37684-4000
 
Record
SN03772922-W 20150625/150623234931-c3d7f82b06b41070d7d76899b36df393 (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.