Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
SOURCES SOUGHT

Y -- To perform a design-build service for theinstallation of 4,000 pre-placed crypts andother associated infrastructures.

Notice Date
5/7/2007
 
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-RP-0036
 
Response Due
5/24/2007
 
Archive Date
7/23/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
DEPARTMENT OF VETERANS AFFAIRS NATIONAL CEMETERY ADMINISTRATION CONSTRUCTION SUPPORT DIVISION (41D3B) 810 VERMONT AVENUE, NW WASHINGTON, DC 20420 PHONE: (202) 565-4220 FAX: (202) 565-4211 DATE: APRIL 17, 2007 TO: VETERAN OWNED SMALL BUSINESSES SUBJ: POTENTIAL ACQUISITION OPPORTUNITY-DESIGN-BUILD CONSTRUCTION PROJECT FOR 4000 CRYPTS AT THE SAN JOAQUIN VALLEY NATIONAL CEMETERY IN GUSTIN, CALIFORNIA. In an effort to enhance opportunities for Veteran Owned Small Businesses (VOSBs) 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 VOSBs with regards to an upcoming acquisition for Construction Services at the National Cemetery in Bourne, MA. The findings of the preliminary market research will be used in considering a 100% set aside for VOSBs. NAICS code for this acquisition is 237990. The Size Standard is $31 Million. The magnitude of this project is between $2,000,000 and $5,000,000. Project is subject to the availability of funds. BRIEF DESCRIPTION OF PROJECT: Contractor shall provide all professional services, labor, materials, tools and equipment to perform a design-build service for the installation of 4,000 pre-placed crypts and other associated infrastructures. An engineered drainage field will be installed under the pre-placed crypts. The entire crypt area will be irrigated with a head-to-head pop-up irrigation system. The irrigation system shall allow for future expansion. The contractor shall construct a watering station meeting National Cemetery Administration standards. Monuments shall be installed on a identical grid layout as required by NCA and will be of standard dimensions as described in the drawing and specifications after the crypts have been installed. Landscaping shall be provided for aesthetic as well as to prevent erosion. Contractor shall remove all damage caused by construction. The contractor will build, maintain a construction access road if applicable. Construction vehicles are to be minimized on existing cemetery roads. The contractor shall be responsible for the maintenance of turf and landscape until acceptance and properly disposal of all construction waste, debris and other materials. 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 VOSBs. Please review the specifications and technical requirements carefully before responding to this e-mail. If the question is not applicable, please indicate ''N/R' in your reply to that question: (1) Has your firm, as a prime contractor, whether individually or through a formal joint venture, teaming agreement, or under subcontract to a Federal prime contractor, provided construction services for projects of similar size and scope 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 and 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. Reply (1): (2) If your response to question (1), above, is yes, please provide the period covered by the contract, the contracting agency name, address and telephone number of the contracting officer, and whether your firm performed as a prime contractor or as a subcontractor. If performance was as a subcontractor, please provide the name, address and telephone number of the point of contact at the prime contractor. Reply (2): (3) Please list all current contracts and amount of bonding provided for each contract. Reply (3): (4) If your responses to (1), (2) or (3) above is in the affirmative, please provide the prices paid to your firm by the Federal Government or the Federal Governments prime contractor for construction services. If services were performed by your company for a commercial contractor, please indicate prices paid to your firm by the company. Reply (4): (5) If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime Federal, have you provided construction services to commercial sources? If so, please provide the specifics in terms of the largest customers of these services. If any bonding was provided, what was the amount of bonding? Please include any information relevant to any potential difficulties you note with complying fully with the Statement of Work and specifications. Reply (5): (6) In order to determine if an acquisition can be set-aside for VOSBs, the contracting officer must determine that there are a sufficient number of VOSBs capable of performing the contract requirement and that award can be made at a reasonable, fair market price. To that end, please provide your firms individual and aggregate contract bonding capacity. Reply (6): (7) 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. Reply (7): (9) 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 to your firm or teaming partners when the matter was referred to SBA for review and consideration? Reply (8): PLEASE E-MAIL YOUR RESPONSES AND ANY RELEVANT INFORMATION REGARDING SPECIFIC PERFORMANCE OR OTHER QUALIFICATIONS REGARDING THE CONSTRUCTION SERVICES REQUESTED, NO LATER THAN MAY 24, 2007, AT 2:00 EST TO LENORA.STEPHENS.VA.GOV. THE EMAIL SHOULD BE ENTITLED, "SAN JOAQUIN VALLEY SOURCES SOUGHT." 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. 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 VOSB set-aside sole source award, or any other guarantee of award or acquisition strategy.
 
Place of Performance
Address: San Joaquin Valley National Cemerty;32053 West McCabe Road;Gustin, CA
Zip Code: 95322
Country: United States
 
Record
SN01288840-W 20070509/070507220722 (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.