SOURCES SOUGHT
C -- SF330 AE Database RFI
- Notice Date
- 4/22/2020 7:50:49 AM
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24120Q0314
- Response Due
- 5/29/2020 12:00:00 AM
- Archive Date
- 08/27/2020
- Point of Contact
- Diane C. Davis
- E-Mail Address
-
diane.davis2@va.gov
(diane.davis2@va.gov)
- Awardee
- null
- Description
- The Department of Veterans Affairs (VA), Office of Veteran Health Administration, Network Contracting Office 1 (New England), is issuing this pre-solicitation notice for construction of Specialty Care Addition, Togus VA Medical Center (VAMC), in Augusta, Me. The place of performance is Togus VAMC, 1 VA Center, Augusta, ME, 04330-6719. This procurement is a Veteran Owned Small Business (VOSB) set-aside and will be released under Solicitation Number 3624118R0219. The Contractor shall provide all labor, equipment, materials and supervision for complete preparation of site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for VAMC Togus, Specialty Care Addition as required by drawings and specifications. Work includes general construction, alterations, roads, walks, grading, drainage, electrical, mechanical, necessary removal of existing structures and construction, room layout mockups, relocation of structures and certain other items. The magnitude of construction is between: $5,000,000 to $10,000,000. The NAICS code is 236220 and the small business size standard is $36.5 Million This notice is not a request for competitive offers. The point of contact is Kathleen Koseoglu, reachable by e-mail at kathleen.koseoglu@va.gov. In the subject line of any e-mail sent, identify: Construct Specialty Care Addition, 36C24118R0219. The Department of Veterans Affairs (VA), Office of Veteran Health Administration, Network Contracting Office 1 (New England), reserves the right to use only FedBizOpps, via the internet, to provide notification of any amendments to this RFP. By registering at FedBizOpps (http://www.fbo.gov) the Offerors will have access to downloading plans, specifications and amendments, which will be available only in Adobe PDF electronic format. The Offerors must be registered in SAM and have a DUNS Number to download documents. By registering for the Register to Receive Notification list at http://www.fbo.gov, you will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. It is the Contractor's responsibility to view the FBO website daily as no other notification of amendments will be provided. This requirement is 100% Set-Aside for verified Veteran Owned Small Business (VOSB) concerns. At both the time of proposal submission and contract award, the VOSB state of the Offeror s VOSB business status must be visible as a Verified VOSB on Office of Small and Disadvantaged Business Utilization s (OSDBU) Vendor Information Pages (VIP) web site (https://www.vip.vetbiz.gov ). This site is used by the Center for Verification and Evaluation (CVE) to verify Veteran Owned Small Businesses (VOSB). Proposals received that are non-verified VOSB firms shall be rejected and or excluded from award consideration. Offerors must be listed in the Vendor Information Pages at www.vetbiz.gov and currently registered in the System for Award Management, www.sam.gov. SOLICITATION and AMENDMENTS: Prospective Offerors must obtain copies of solicitation documents from FedBizOpps, which will be available on or about May 01, 2018. Telephone calls will not be accepted. There will not be a Pre-Proposal Conference. A Site Visit is strongly suggested for all offerors and will be conducted at the place of performance. The VA will not provide travel reimbursement. There will be no public bid opening. All Offerors must ensure that their firms have the ability to provide both 100% Performance and Payment Bonds. In addition, Offerors will be required to submit a bid guarantee (Bid Bond) with their proposal. The proposals will be evaluated and award made utilizing the best value method per FAR Part 15. If you have any questions, please e-mail Kathleen Koseoglu at kathleen.koseoglu@va.gov. In the subject line of any e-mail sent, identify: Construct Specialty Care Addition, 36C24118R0219. The Contractor shall provide all labor, equipment, materials and supervision for complete preparation of site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for VAMC Togus for a Specialty Care Addition as required by drawings and specifications. Work includes general construction, alterations, roads, walks, grading, drainage, electrical, mechanical, necessary removal of existing structures and construction, room layout mockups, relocation of structures and certain other items. The magnitude of construction is between; $5,000,000 to $10,000,000. The NAICS code is 236220 and the small business size standard is $36.5 Million. Award will be based on the lowest technically acceptable price to the Government. Evaluation factors will include price related factors as well as technical factor of management approach and past performance. Interested firms should indicate their interest to the Contracting Officer not later than noon on 05/15/2018 via email to kathleen.koseoglu@va.gov. The solicitation package will be available issued on May 01, 2018. The date for receipt of offers is scheduled for June 04, 2018 at 2:00pm. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue at the following website: http://www.fbo.gov. Any amendments to the solicitation will be posted solely to this web site. It is the responsibility of the offeror to verify the number of amendments issued. All offerors must ensure registration in SAM is current and accurate.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/98b6534ffdfb44e1b2fcc6840437724d/view)
- Place of Performance
- Address: VISN 1 Located Facilities, USA
- Country: USA
- Country: USA
- Record
- SN05632629-F 20200424/200422230138 (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 |