Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
SOURCES SOUGHT

Y -- Sources Sought 8aBurial Expansion Phase 2BBeaufort National Cemetery, SC

Notice Date
9/19/2006
 
Notice Type
Sources Sought
 
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-07-RI-0001
 
Response Due
10/3/2006
 
Archive Date
12/2/2006
 
Small Business Set-Aside
8a Competitive
 
Description
POTENTIAL ACQUISITION OPPORTUNITY FOR 8a BUSINESSES - CONSTRUCTION PROJECT FOR BURIAL AREA EXPANSION PHASE 2B AT THE BEAUFORT, SC, NATIONAL CEMTERY. Please e-mail your response to this message to Candace Wood, no later than 2:00 p.m., EST, Tuesday, October 3, 2006, at the following address: Candace.Wood@va.gov In an effort to enhance opportunities for 8a businesses 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 8a businesses with regards to an upcoming acquisition for Construction Services at the Beaufort National Cemetery, SC. The findings of the preliminary market research will be used in considering a 100% set aside for 8a businesses. NAICS code for this acquisition is 237990. The Size Standard is $31 Million. The magnitude of this project is between $3,000,000 and $5,000,000. BRIEF DESCRIPTION OF PROJECT: Contractor shall provide construction services for expansion at the Beaufort, SC, National Cemetery to include Installation/development of 1900 pre-placed crypts, 500 4 x 4 cremains; Demolition of existing buildings; Construction of a combined maintenance/public restroom building; Construction of a committal shelter building; Irrigation; Fences and Gates; Asphalt roadwork; Landscaping; Clearing and Grubbing; and Site Utilities (water, electrical, storm water, sanitary, etc) . Performance period is approximately 540 calendar days from date of receipt of Notice to Proceed. Bid, Payment, and Performance bonds will be required. REQUIRED RESPONSES: Your review of this information and response to the following questions will be used to determine if this acquisition may be set-aside exclusively for competition among 8a businesses. Please review the specifications and technical requirements carefully before responding to this e-mail. (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 five years as described in the brief description of project above? If yes, please provide the following information on your three most recent projects of a similar size and scope to this project: (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 8a businesses, the contracting officer must determine that there are a sufficient number of 8a businesses 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 October 3, 2006 to Candace Wood at Candace.Wood@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 8a Business advocates, in trying to influence the acquisition strategy for the construction project in Illinois by ensuring maximum practicable opportunities for 8a businesses. 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 8a Business set-aside or 8a Business sole source award, or any other guarantee of award or acquisition strategy.
 
Place of Performance
Address: Beaufort National Cemetery;1601 Boundary St;Beaufort, SC
Zip Code: 29902
Country: USA
 
Record
SN01147958-W 20060921/060919220415 (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.