Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
DOCUMENT

Y -- Fort Sam Houston-New Public Restroom Project No. 846CM3040B THUS SOURCES AOUGHT NOTICE IS LIMITED TO SERVICE DISABLED DISABLED VETERAN OWNED & VETERAN OWNED SMALL BUSINESS - Attachment

Notice Date
4/4/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;425 I Street, NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA786A17N0045
 
Response Due
4/6/2017
 
Archive Date
5/6/2017
 
Point of Contact
TALLULAH MCDANIEL
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 3 of 3 SOURCES SOUGHT NOTICE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS/VETERAN OWNED BUSINESS PURPOSE: FORT SAM HOUSTON NATIONAL CEMETERY NEW PUBLIC RESTROOM In an effort to enhance opportunities for Service Disabled Veteran Own Small Business (SDVOSB) as required by Public Law 109-461 specifically the Veterans First Contracting Program, the VA National Cemetery Administration (NCA) is performing preliminary market research to identify qualified SDVOSB and VOSB firms that are interested, capable, and possess the bonding capacity necessary to compete for this very important NCA procurement opportunity. The findings of the preliminary market research will be used in considering a 100% set aside for SDVOSB first and VOSBs second, pursuant to the set-aside authority contained in Public Law 109-461. THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This sources sought is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this notice. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this notice. BACKGROUND: The Department of Veterans Affairs, NCA anticipates awarding a one-time, two-hundred and forty day, Firm-Fixed Price (FFP) construction contract that has been estimated between $500,000.00 and $100,000.00. The anticipated solicitation release date is currently unavailable. A pre-solicitation notice will be posted for 15 calendar days prior to the issuance of a full solicitation. The general scope of work is as follows - The construction project provided under this contract will include installation of all work shown on the plans and described in the specifications including but not limited to: BID ITEM 1: GENERAL CONSTRUCTION: General construction, site alterations, roads, walks, grading, drainage, irrigation landscaping, mechanical, plumbing, electrical work, utility systems, and necessary removal of existing construction. Removal of existing site elements: walks, curb, and gutter, pavement, underground utilities and systems, irrigation, landscaping, etc. shall be accomplished in such a manner as to avoid destruction of elements to remain. The contractor is responsible for coordination with the local utility company for electrical power and plumbing. Restoration of disturbed areas and conditions shall be performed as part of the work to provide a complete and fully functional bathroom facility. The total performance period for this project is 240 calendar days from issuance of the notice-to- proceed (NTP). The description above is not all encompassing and is subject to change. The U.S. Small Businesses under NAICS 236220, entitled Commercial and Institutional Building Construction, which has a Small Business Administration (SBA) size standard of $36.5 Million, are requested to respond to this sources sought notice. Size standards are the average annual receipts of a firm. How to calculate average annual receipts can be found in 13 CFR 121.104. REQUESTED INFORMATION: 1. Is your SDVOSB or VOSB firm currently certified by the Department of Veterans Affairs Center for Veterans Enterprise (CVE) based upon North American Industry Classification System code 236220- Commercial and Institutional Building Construction? 2. State your firm's name, address, DUNS or CAGE, and primary point of contact to include phone number and email. 3. Provide a capabilities statement which describes your firm s in-house capabilities to accomplish the general scope of work. 4. List any projects similar to the above stated work that is equal or greater than $500,000.00 that you have completed in the past 5 years. 5. What is the dollar amount of the minimum bounding level your firm would require in order to submit a proposal for this work? 6. Has your firm, as a prime contractor, whether individually or through a formal joint venture, teaming agreement, or under subcontract to a Federal prime contractor, completed a construction project of similar size and scope as described in the brief description of project above? If yes, please provide the following information on your three most recent projects: (a) Contracting agency address and contracting officer s name and telephone number. (b) Contract Number, date and amount of award, date of completion. (c) Was your company the prime or a subcontractor? If you were a subcontractor provide the company name, telephone number, and a point of contact of the prime contractor. (d) Description of items/services provided under the contract. (e) If any bonding was provided, what was the amount of bonding? (f) If performance was as a subcontractor, please provide the name, address and telephone number of the point of contact at the prime contractor. (g) 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. 7. Provide a positive statement of your interest in submitting a proposal as a prime contractor to the Federal Government based on the general scope of work description above to include verification of your firms current bonding capacity. All interested contractors SHALL be registered in the System for Award Management (SAM) database at https://www.sam.gov and Vendor Information Pages (VIP) at Vetbiz.gov web portal https://www.vip.vetbiz.gov/default.asp. Documentation supporting your (CVE) veteran s status must be submitted with your package. You must also indicate if you are responding as a Service Disabled Veteran Owned Business (SDVOSB) / Veteran Owned Small Business (VOSB), or both. REQUIRED RESPONSES: Your review of this information and response to the following questions will be used in determining if this acquisition may be set-aside exclusively for SDVOSBs first and VOSBs second. Please review the specifications and technical requirements carefully before responding to this notice. If the question is not applicable, please indicate N/A in your reply to that question. Questions regarding this notice must be received via email to Tallulah McDaniel tallulah.mcdaniel@va.gov, by 12:00 P.M. Eastern time on April 7, 2017. PHONE CALLS WILL NOT BE ACCEPTED. The email must state the following in the subject line: FORT SAM HOUSTON NATIONAL CEMETERY NEW PUBLIC RESTROOM (SOURCES SOUGHT) SDVOSB/VOSB Please submit your information via email to Tallulah McDaniel, Contract Specialist, tallulah.mcdaniel@va.gov no later than 12:00 P.M. Eastern time on April 7, 2017. 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 DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA Additional Info: Contracting Office Address: Department of Veteran Affairs, National Cemetery Administration (43C2), 425 I Street, NW, Washington, DC 20000 Place of Performance: The contract is intended to satisfy requirements at Fort Sam Houston National Cemetery, San Antonio TX Point of Contact(s): Tallulah McDaniel, Contract Specialist tallulah.mcdaniel@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCAVACO/VaNca101/VA786A17N0045/listing.html)
 
Document(s)
Attachment
 
File Name: VA786A-17-N-0045 VA786A-17-N-0045.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3390147&FileName=VA786A-17-N-0045-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3390147&FileName=VA786A-17-N-0045-000.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: Fort Sam Houston National Cemetery;1520 Harry Wurzbach Road;San Antonio, TX
Zip Code: 78209
 
Record
SN04459098-W 20170406/170404235217-4a7ac3151789fe51fefe5c92b42aa2db (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.