Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2020 SAM #6637
SOLICITATION NOTICE

Z -- 657A4-17-905 UST UPDATED

Notice Date
1/29/2020 10:03:31 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520R009-4
 
Response Due
2/26/2020 12:00:00 PM
 
Archive Date
03/12/2020
 
Point of Contact
Michael J BottaryContract Specialist913-946-1142
 
E-Mail Address
michael.bottary@va.gov
(michael.bottary@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
PROJECT SPECIFIC INFORMATION � PROJECT TITLE AND NO: 657A4-17-905 Replace Underground Storage Tanks PROJECT LOCATION: John J. Pershing Veteran Affairs Medical Center (JJPVAMC) 1500 N Westwood Blvd Poplar Bluff, Missouri 63901. MAGNITUDE OF PROJECT: $2,000,000 and $5,000,000 (VAAR 836.204) TYPE CONSTRUCTION: - NAICS: 236220, General Construction - Small Business Size: $39.5 Million PERFORMANCE PERIOD: The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use no later than the performance schedule listed below: The Period of Performance for each bid item is 270 Calendar Days after Notice of Proceed. The time stated for completion shall include final cleanup of the premises. SITE VISIT: A site visit will be conducted on: Wednesday January 29,2020 at 10:00am CT. Location: Meet at the John J. Pershing Veteran Affairs Medical Center, Bldg. 8, 1500 N. Westwood BLVD. Poplar Bluff, MO 63901. BID GUARANTEE: A bid guarantee is required in an amount not less than 20 percent of the bid price but shall not exceed $3,000,000. Failure to furnish a photocopy of the original required bid guarantee in the proper form and amount, by the time set for opening of bids, will require rejection of the bid in all cases except those listed in FAR 28.101-4, and may be cause for rejection even then. Bidders shall provide an original bid guarantee within two business days after notification by the Contracting Officer. PERFORMANCE & PAYMENT BONDS: In accordance with FAR 28.102-1 and Contract Clause 52.228-15, Contractors are reminded that any amount awarded over $30,000 shall require Payment Protection (Bonds) (See Clause 52.228-13), and awards exceeding $150,000 shall require both Payment and Performance Bonds. All bonds are due no later than 10 days after award. AFFIRMATIVE ACTION GOALS AND GEOGRAPHICAL AREA (reference 52.222-23): Goals for Female Participate for each trade __6.9__% Goals for Minority Participation for each trade __11.4__% The Geographical covered area for this solicitation (project) is Poplar Bluff, Missouri. LIQUIDATED DAMAGES: (_) YES or (_X_) NO (reference Contract Clause 52.211-12) Amount Per Day: ___NA___WARRANTY OF CONSTRUCTION FOR GUARANTEE PERIOD SERVICES: () YES or (X) NO (reference VAAR 852.246-75). RESTRICTION ON SUBMISSION AND USE OF EQUAL PRODUCTS: (� ) YES or (X) NO (reference VAAR 852.236-90) ����������� Description: ____NA__________________________________________ METRIC PRODUCTS:� Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch/pound units, providing they fall within tolerances specified using conversion tables contained in the latest revision of Federal Standard NO. 376B, and all other requirements of this document are met.� If a product is manufactured to metric dimensions and those dimensions exceed the tolerances specified in the inch/pound units, a request should be made to the contracting officer to determine if the product is acceptable.� The contracting officer, in concert with the Contracting Officer�s Technical Representative, will accept or reject the product. WAGE DETERMINATION APPLICABLE TO THIS PROJECT: Submit questions pertaining to this project by February 06, 2020 by 2:00 PM CT to michael.bottary@va.gov. PROPOSAL DUE DATE: February 26, 2020 - 2:00 PM CT PROPOSAL SUBMITTAL CONTENTS SHALL INCLUDE: - Signed copy of the SF1442 (front and back) with amendments - Volume I Technical Proposal - Volume II Price Proposal - 5.2029-5 REPRESENTATION BY COPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION) (MARCH 2012) - Calculation Worksheet for Self-Performed and Subcontracted Work - Contractor Certification Regarding Safety and Environmental - Bid Bond (Photo Copy) - Any other information called out by this request for proposal documents BASIS FOR AWARD: Award will be made to the responsive offeror based on the Lowest Price Technically Acceptable proposal (FAR 15.101-2). The Government intends to evaluate proposals and make award without discussions with offerors, except clarifications as described in FAR 15.306(a). The VA reserves the right to conduct discussions if the Contracting Officer later determines necessary. SAFETY OR ENVIRONMENTAL VIOLATIONS AND EXPERIENCE MODIFICATION RATE: All Bidders/Offerors shall submit the following information pertaining to their past Safety and Environmental record. The information shall contain, at a minimum, a certification that the bidder/offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA or any EPA violation(s) in the past three years.. All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR) equal to or less than 1.0.� This information shall be obtained from the bidder�s/offeror�s insurance company and be furnished on the insurance carrier�s letterhead. Self insured contractors or other contractors that cannot provide their EMR rating on insurance letterhead must obtain a rating from the National Council on Compensation Insurance, Inc. (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. �Note: Self insured contractors or other contractors that cannot provide EMR rating on insurance letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and PR shall obtain their EMR rating from their state run worker�s compensation insurance rating bureau. A Determination of Responsibility will be accomplished for the apparent awardee prior to processing the award.� The above information, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases will be used to make the Determination of Responsibility.�� Failure to affirm being within the guidelines above or submit this information will result in a determination of �Non-Responsibility� for the bidder/offeror.� NOTE: Any information received by the Government that would cause for a negative Determination of Responsibility will make the bidder/offeror ineligible for award. This requirement is applicable to all subcontracting tiers, and prospective prime contractors are responsible for determining the responsibility of their prospective subcontractors. SECURITY REQURIEMENTS: � For non-PIV and full PIV badges, contractors must meet HSPD-12 requirements. Station is responsible for all additional costs associated with this non-PIV/PIV badging requirements. Contractor backgrounds are required to be processed through the CO to the VHA Service Center.� The COR is required to either escort or arrange escorts for un-cleared contractor personnel while on the premises performing work under the contract during non-business hours.� The escort has to be a government official i.e. VA employee.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9f2c5094c5d444198f8ba9e88752f4c4/view)
 
Place of Performance
Address: Poplar Bluff, MO 63901, USA
Zip Code: 63901
Country: USA
 
Record
SN05546489-F 20200131/200129230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.