DOCUMENT
99 -- Inspect Irrigation Water Well, Pump and reinstall the irrigation system turbine pump, column, tube, shaft & motor at Biloxi National Cemetery in accordance with the contract requirements specified in the Scope of Work. - Attachment
- Notice Date
- 2/22/2016
- Notice Type
- Attachment
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- VA78616R0111
- Response Due
- 3/8/2016
- Archive Date
- 4/22/2016
- Point of Contact
- Henry C. Dukes
- E-Mail Address
-
dukes@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- The National Cemetery Administration is soliciting offers under Solicitation No. VA786-16-R-0111 for the following service at Biloxi National Cemetery, Biloxi, Mississippi 39531: The Contractor shall furnish all labor, material, equipment, and supervision necessary to remove the motor, column assembly, pump shaft, and turbine pump; inspect all system components and provide repair recommendations; inspect the irrigation well via camera survey and provide a well inspection report and video; and reinstall the irrigation system turbine pump, column, tube, shaft, and motor at Biloxi National Cemetery in accordance with the contract requirements specified below and per applicable industry standards and codes. The project shall be completed within 30 calendar days after contract award. Contractor shall submit a detailed project schedule to the COR at most five (5) business days after Notice to Proceed. Work outside of the Cemetery's normal operating hours of 8:00 am to 4:30 pm shall be permitted only by approval of the COR and only in order to meet the Period of Performance. The Magnitude of Construction/ Service: Between $25,000 and $50,000. A bid guarantee is not required. Payment and performance bonds may be required. It shall be the Contractor's responsibility to comply with all the applicable local, state and federal laws and regulations. The Contractor shall apply and obtain all applicable permits to comply with local, State and Federal regulations and requirements. The Contractor shall guarantee that all work done under this contract shall be free from defaults and no faulty materials or workmanship with one (1) year warranty. The Contractor hereby agrees to repair or replace deficiencies within the specified time frame by the direction of the CO at Contractor's own expense and shall be corrected to the satisfaction of the Government. Offers will be considered only from contractors who are regularly established in water well installation and/or repairs and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory service. The Contractor must demonstrate with their technical proposal, using persons directly employed by the Contractor, experience with the installation or repair of at least five (5) water wells of similar depth and size over the past three (3) years. Each contract submitted must have been satisfactorily completed, or if not yet completed, must be marked by satisfactory progress. The Government will not consider a contract that is less than 50% complete or an effort that concluded more than 3 years ago. NOTE: Water intake wells in oil and gas fields will NOT be considered. The only 2 (Two) organized site visits are February 25, 2016 and March 3, 2016 at 11am (Please contact Mr. James Coffell to make reservations at: (228) 338-6668). Further information is contained in the solicitation. All questions before and after the site visit shall be submitted in writing to the Contract Officer (CO) at henry.dukes@va.gov. All questions are due by close of Business 3/4/2016. Bidders are urged and expected to inspect the site where work is to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect the site constitute grounds for a claim after award. Proposals will be evaluated and award will be made to the responsible offeror conforming to the solicitation, is determined to be in the best interest of the Government, price and other factors considered. An offeror's proposal may not be considered when proposed cost is unreasonably high or unrealistically low. Past Performance is considered of greatest importance; therefore, the Government reserves the right to award a contract to other than the low offeror. Factors that will be evaluated to determine award are past performance, technical approach, and price. Responsibility determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. Price will be evaluated on the basis of its realism and acceptability to the Government. Risk will be considered in all of these factors. This procurement will be set aside using a Cascading Set-Aside Procedure. The Government will award at the highest possible tier. The tiers will be as follows: 1st tier- SDVOSB 2nd tier- VOSB 3rd tier- All Other Small Businesses Further information regarding this procedure is contained within the solicitation. The NAICS Code is 237110. Size standard is $36.5Million. Electronic solicitations will be available for download from http://www.fbo.gov on or about February 23, 2016 Responses to the solicitation are due by 2:00 pm Eastern Time on 3/11/2016. Any amendments to the solicitation will also be available at www.fbo.gov. Offeror's are advised they are responsible for obtaining any amendments. Information shall be submitted in the manner requested Section E Failure to submit all documentation required as required so may result in your submission being determined non-responsive and removed from further consideration.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78616R0111/listing.html)
- Document(s)
- Attachment
- File Name: VA786-16-R-0111 VA786-16-R-0111_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2571691&FileName=VA786-16-R-0111-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2571691&FileName=VA786-16-R-0111-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA786-16-R-0111 VA786-16-R-0111_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2571691&FileName=VA786-16-R-0111-000.docx)
- Place of Performance
- Address: Biloxi National Cemetery;400 Veterans Avenue Bldg. 1001;Biloxi, MS
- Zip Code: 39531
- Zip Code: 39531
- Record
- SN04027090-W 20160224/160222234732-704906000545e8c3f522f558d0714e4b (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 |