Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

Z -- VISN 3 SDVOSB IDIQ CONSTRUCTION

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA243-07-RP-0079
 
Response Due
7/28/2007
 
Archive Date
8/27/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The intention of this solicitation is to obtain an Indefinite Quantity Job Order Contract (JOC). The work includes all labor, equipment, materials, transportation, licenses, permits and supervision necessary to provide an indefinite quantity of miscellaneous construction, repairs, and alteration work at predetermined wage, equipment and material costs, and incidental related work at the New York Harbor Healthcare System; New Jersey Healthcare System; and their associated satellite facilities, CBOC and Vet Centers. NAICS Code 236 & 238 series; Small Business Size Standard: $31,000,000.00 & 13,000,000 respectively. The contract minimum is $100,000.00 per year with an estimated maximum $1,000,000.00 per task order. A firm fixed price indefinite quantity contract with a base and four (4) full one year options is anticipated, with a provision for the option to extend services. We are soliciting this requirement as a Service Disabled Veteran Owned Small Business or Veteran Owned Small Business set aside in accordance with Public Law 109-461. The area of consideration for this requirement is not limited to firms located within the New York/New Jersey area, however, firms must have the capability and capacity to provide extended services within this area. The contract will be awarded using the Best Value source selection process. Firms will submit proposals to address the following technical evaluation factors: (1) Past Performance; (2) Technical Ability (In-House Trades/Capabilities); (3) Experience; (4) Surety; (5) Financial. In accordance with FAR 5.102(a)(7), availability of this solicitation will be limited to the electronic medium; solicitation will be available for viewing and downloading, free of charge, via http://vsearch1.fbo.gov/servlet/SearchServlet. All prospective offerors and planrooms are required to register as planholders on this web-site. HARD COPIES (PAPER-SETS) OR CD-ROM OF THE SOLICITATION OR THE PLANHOLDERS LIST WILL NOT BE PROVIDED BY THE GOVERNMENT. ALL CONTRACTUAL AND TECHNICAL QUESTIONS MUST BE SUBMITTED IN WRITING AND MAY BE FAXED TO (718) 439-4131 OR E-MAIL. NO TELEPHONE QUESTIONS WILL BE ACCEPTED. Notification of any postponements and any amendments to the solicitation will only be posted on this web-site. It is the sole responsibility of the offeror to continually view this web-site for any amendments made to the solicitation. In accordance with FAR 52.204-7, REQUIRED CENTRAL CONTRACTOR REGISTRATION (JULY 2006) and in accordance with FAR 2.101, VAAR 802.101, VETBIZ REGISTRATION, prospective offerors must be registered in the Central Contractor Registration (CCR) database and certified in VetBiz database prior to award. Offerors and contractors may obtain CCR information on registration and annual confirmation requirements by calling 1-888-227-2423, or 269-961-5757, or via the Internet at http://www.ccr.gov. Offerors and contractors may obtain VetBiz information via the Internet at http://www.vip.vetbiz.gov Prospective contractors shall submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA). Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database (see FAR 4.1102).
 
Place of Performance
Address: VA NEW YORK/NEW JERSEY HEALTHCARE SYSTEM
Zip Code: 10468
Country: US
 
Record
SN01328980-W 20070629/070627220634 (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.