Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 05, 2018 FBO #5887
DOCUMENT

R -- Major Construction Financial Review - Attachment

Notice Date
1/3/2018
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36E77618Q0039
 
Response Due
1/10/2018
 
Archive Date
4/10/2018
 
Point of Contact
Steve Mock, Contract Specialist
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) Parts 10, 11, and 12. This Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Major Construction Financial Review project. PROJECT DESCRIPTION: The VA has experienced a number of reprogramming requests and construction claims. VA s oversight bodies are concerned with the financial and program management discipline within the Major Construction program. VA is undertaking a comprehensive programmatic and financial review of the Major Construction program. This review and the recommendations offered will help to improve fidelity for the VA Major Construction program and ensure we remain good stewards of taxpayer resources. Specific attention will be paid to the recent projects in Orlando, New Orleans, Biloxi, and Las Vegas. Additionally, the funds associated with each of the VA s construction budget Major Line Item Accounts (Hazardous Waste, Asbestos, Facility Security, and the Advanced Planning and Design Fund) will have their funding history reviewed back ten fiscal years. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract. The anticipated solicitation will be issued as a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to address the following information: Please provide no more than three (3) contracts that your company has performed within the last five (5) years that are of comparable size, complexity, and scope to this requirement. Please include the following information at a minimum: Project Name; Project Scope; Project Size; Building Use (e.g. Medical Facility, Office Building, etc.); Project Relevance; Project Dollar Value; Start and Completion Dates; Project owner and contact information as this person may be contacted for further information; Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. Please identify your company s number of years in business; affiliate information, parent company, and joint venture partners. Respondents shall provide the company s resumes, not to exceed one (1) page each for key personnel that would be involved in the project and their respective roles. Provide company business size based on NAICS code 541611. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. It is requested that interested contractors submit a response (electronic submission) of no more than 10 pages in length, single-spaced, 12 point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Please note that this is a SOURCES SOUGHT NOTICE for Market Research purposes ONLY to determine the availability of small business firms for a potential small business category type set-aside. Particularly, the purpose of this notice is to gain knowledge of potential small business sources to include small business in the following categories: Verified Service-Disabled Veteran-Owned Small Business, Verified Veteran-Owned Small Business, Certified 8(a), Certified HUB Zone, and other small business. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business community or to conduct as an Other Than Small Business Procurement. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Submissions (responses) shall be submitted via email to the primary point of contact listed below by January 10, 2018 at 3:00 PM (ET). No phone calls will be accepted. POC: Steve Mock Contract Specialist steven.mock@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eba5c3d5d0b43539adbce135a232df0b)
 
Document(s)
Attachment
 
File Name: 36E77618Q0039 36E77618Q0039.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3996688&FileName=36E77618Q0039-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3996688&FileName=36E77618Q0039-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04780372-W 20180105/180103231318-eba5c3d5d0b43539adbce135a232df0b (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.