Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
MODIFICATION

Y -- Sources Sought for construction at the SaratogaNational Cemetery in Schuylerville NYDate for response extended until 9-29-06

Notice Date
9/12/2006
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;Construction Support Division (41D3B);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-786A-06-RI-0098
 
Response Due
9/29/2006
 
Archive Date
11/28/2006
 
Small Business Set-Aside
8a Competitive
 
Description
Date for response has been extended until 9-29-06 Saratoga National Cemetery Sources Sought Notice DEPARTMENT OF VETERANS AFFAIRS NATIONAL CEMETERY ADMINISTRATION (NCA) CONSTRUCTION SUPPORT DIVISION (41D3B) 810 VERMONT AVE., NW WASHINGTON, DC 20420 PHONE: 202-565-4056 FAX: 202-565-4211 SEPTEMBER 11, 2006 TO: 8(a) CONTRACTORS SUBJ: POTENTIAL ACQUISITION OPPORTUNITY - FOR CONSTRUCTION AT THE SARATOGA NATIONAL CEMETERY, SCHUYLERVILLE NY This e-mail message is being sent to all 8(a) Contractors registered in the Central Contractor Registration (CCR) database (www.ccr.gov), with North American Industry Classification System (NAICS) Code 237990. Please e-mail your response to this message to Michael Hannum, no later than 2:00 p.m., EST, Friday, September 29, 2006, at the following address: michael.hannum@mail.va.gov or fax your response to 202-565-4211. Please reference VA-786A-06-RI-0098 as the subject of your response. The Secretary for the Department of Veterans Affairs has established a goal of 5 percent of all VA procurement dollars be spent with 8(a) Contractors. In an effort to enhance opportunities for 8(a) Contractors and increase the U.S. Department of Veterans Affairs (VA) accomplishments in this important socioeconomic category, VA's National Cemetery Administration is performing preliminary market research to gauge the level of interest and capabilities of 8(a) Contractors with regards to an upcoming construction project at the Saratoga National Cemetery in Schuylerville NY. The findings of the preliminary market research will be used in considering a 100% set aside for 8(a) Contractors, pursuant to the set-aside authority contained in Federal Acquisition Regulation (FAR) Subpart 19.8. NAICS code applicable for this acquisition is 237990, and the Size Standard is $31.0 Million. The construction costs are estimated to be $2,000,000 to $5,000,000. Project is subject to the availability of funds. BRIEF DESCRIPTION OF PROJECT: Contractor shall provide for expansion and improvements to the Saratoga National Cemetery, Schuylerville NY, as per the contract specifications and drawings that will be provided. Performance period is approximately 18 months or 540 calendar days from date of receipt of Notice To Proceed. Work includes, but is not limited to: General construction, alterations, roads, walks, 2,500 columbaria, 3,700 pre-place crypts, grading, drainage, mechanical and electrical work, utility systems, necessary removal of existing infrastructure and construction, and certain other items. NOTE(S): 1. Bids will include alternate deducts that are sequenced as per NCA priority, and are cumulative. Refer to bid documents for instructions. REQUIRED RESPONSES: Your review of this information and response to the following questions will be very helpful in determining if this acquisition may be set-aside exclusively for competition among 8(a)'s. Please review the specifications and technical requirements carefully before responding to this e-mail. If the question is not applicable, please indicate "N/A" in your reply to that question: (1) Has your firm, as a prime contractor, whether individually or through a formal joint venture or teaming agreement, or under subcontract to a prime contractor, provided construction services for projects of similar size and scope (Government or commercial) within the last three years 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 & contracting officer's name and telephone number. (b) Contract Number, date and amount of award, date of completion (c) Description of Items/Services provided under the contract. (d) If any bonding was provided, what was the amount of bonding (e) If performance was as a subcontractor, please provide the name, address and telephone number of the point of contact at the prime contractor. (f) 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. (2) In order to determine if an acquisition can be set-aside for 8(a), the contracting officer must determine that there are a sufficient number of 8(a) contractors capable of performing the contract requirement and that award can be made at a reasonable, fair market price. To that end, please provide your firm's individual and aggregate contract bonding capacity. (3) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics. (4) Has your firm, or any firm that you would potentially joint venture or team with for a large acquisition of construction services or for any acquisition, ever bid on a Federal acquisition and been determined non-responsible by the contracting officer and the U.S. Small Business Administration (SBA) failed to issue a Certificate of Competency (COC) to your firm or teaming partners when the matter was referred to SBA for review and consideration? Please e-mail your responses and any relevant information regarding specific performance or other qualifications regarding the construction services requested, no later than September 29, 2006, to Michael Hannum at michael.hannum@mail.va.gov. 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. Although responses are not required, the information will be helpful in assisting this office, as 8(a) advocates, in trying to influence the acquisition strategy for the construction project in New York by ensuring maximum practicable opportunities for 8(a)'s. This is not a solicitation and should not be construed as such. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a 8(a) set-aside or 8(a) sole source award, or any other guarantee of award or acquisition strategy. Thank you for your time in responding to this request.
 
Place of Performance
Address: Saratoga National Cemetery;200 Duell Rd;Schuylerville NY
Zip Code: 12871-1721
Country: USA
 
Record
SN01140739-W 20060914/060912220533 (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  © 1994-2020, Loren Data Corp.